SPECIAL NOTICE
X -- DR4724-HI Conference Room Rental
- Notice Date
- 4/30/2024 6:05:04 PM
- Notice Type
- Justification
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- REGION 9 Oakland CA 94607 USA
- ZIP Code
- 94607
- Solicitation Number
- 70FBR924P00000044
- Archive Date
- 05/03/2024
- Point of Contact
- Kamwren Nichols
- E-Mail Address
-
kamwren.nichols@fema.dhs.gov
(kamwren.nichols@fema.dhs.gov)
- Award Number
- 70FBR924P00000044
- Award Date
- 04/27/2024
- Description
- Sole Source Justification (SSJ) For Simplified Acquisitions (over $10,000 and up to $250,000) pursuant to FAR 13.106, including Brand Name Sole Source Justification for Simplified Acquisitions (over $10,000 up to $250,000) Template Date: 4/24/2024 PR Number: FN01137Y2024T 1. Nature and/or description of the item/service being procured and anticipated cost: Requirement: Conference Room Space for Disaster Recovery Center (DRC) Operations Contractor: Hyatt Regency, 200 Nohea Kai DR, Lahaina, Hawaii 96761-1942 Period of Performance: Base-04/29/2024 to 05/31/2024 Option One-06/01/2024 to 06/30/2024 Option Two-07/01/2024 to 07/31/2024 The Government has a requirement for conference room space to host ongoing DRC Operations to support survivor recovery. Presently the DRC Operations is being operated at the Lahaina Civic Center. This center is being Closed on 04-27-24 due to roof repairs starting May 01-2024. Therefore, FEMA requires an alternate facility to continue operations. This DRC Function has an anticipated need until May 31-2024 to complete the requirement to have DRC - to serve the customers of this Disaster. The following items are required of the Hyatt Regency: ? Size: Lahaina 1 Meeting Room � 1,260 sq. ft. ? Equipment: 12 tables and 64 chairs, which should support up to 30 people ? Power or floor outlets: to be able to run power to support the 30 people. ? WIFI: Access to Public WIFI for employees and survivors to access systems and 1 port for hard wire. ? Armed Security � Allowance of Armed Security posted either inside the room or on the outside of room. ? Parking Validation � Allowance for validation for any of our survivors or customers accessing our services on property to be validated for parking fees. NAICS: 721110 PSC: X1AB 2. Sole Source Justification Rationale in accordance with FAR 13.106-1(b)(1)(i) and (ii). (Check one and provide rationale below): ___X______Only one source reasonably available. _________ Urgent and compelling circumstances exists. _________ Exclusive licensing agreement exists. _________ Brand name. If the brand name requirement applies to a portion of the procurement, please identify that portion. Sole Source Justification (SSJ) For Simplified Acquisitions (over $10,000 and up to $250,000) pursuant to FAR 13.106, including Brand Name Sole Source Justification for Simplified Acquisitions (over $10,000 up to $250,000) Template _________ Industrial Mobilization _________ Other. Explain: Based upon the listing for locations that would best fit the next phase of the DRC support, we began making calls to the list of hotels located near the survivors. The various hotels explained if they could support the or not. Based upon the findings in the attached �DRC CRC Htotel Contact List�, the Hyatt Regency was the only available that would fit the need as well as the space requirements. This hotel will meet the immediate need and will have flexibility if needed to support addional months as needed to transition between FEMA and the State of Hawaii. Please see attached document showing detailed market research to various hotels given by leadership. 3. The anticipated price will be determined fair and reasonable based on one or more of the price analysis techniques described below in accordance with FAR Part 13.106- 3(a)(2)(ii). (Check one and provide short explanation and description of action taken): _________ Market Research. ___X______ Comparison of the proposed price with prices found reasonable on previous purchases. _________ Current price List. _________ Comparison with similar items in a related industry. _________ Comparison to IGCE. _________ Contracting Officer�s personal knowledge. _________ Other. The Contracting Officer will determine the price fair and reasonable based on prices previously paid under purchase order 70FBR924P00000026 which was awarded on 02/20/2024, for the same type of services.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0b09ced800ca4c3d8124dc1a3079a0ea/view)
- Place of Performance
- Address: Lahaina, HI 96761, USA
- Zip Code: 96761
- Country: USA
- Zip Code: 96761
- Record
- SN07046567-F 20240502/240430230055 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |