|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 27,1998 PSA#2041U.S. Department of Labor, Office of Inspector General, Office of
Management and Counsel, Room S5508, 200 Constitution Avenue, N.W.,
Washington, DC 20210 V -- LODGING AND CONFERENCE ROOMS SOL L/OIG 98-01 DUE 032498 POC Nancy
J. Young, Contracting Specialist, (202) 219-7869 Ext. 205, FAX (202)
219-9013 This is a combined synopsis/solicitation for commercial items
prepared in accordance with the format in Subpart 12.6, as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; proposals are being
requested and a written solicitation will not be issued. This
solicitation, OIG 98-01, is issued as a request for proposals. Fixed
price contract for hotel lodging, catering and meeting room space for
the U. S. Department of Labor, Office of Inspector General, Washington,
D.C., for a two (2) week period in April 1999 or June 1999. The weeks
selected shall not contain a Federal or Religious holiday. Sites will
be considered for any city in Florida, North Carolina or South Carolina
or the following specific cities: Houston, TX; Memphis, TN; San Diego,
CA; Phoenix, AZ metro area; Tucson, AZ or Monterey, CA. Requirements
include: 1) 180 to 230 rooms per night at or below government rate, 2)
9 lunches and 1 dinner for 180 to 230 people, 3) meeting roomspace (10
break outs each day on Tuesday, Wednesday, Thursday each week and a
General Session meeting space for approximately 200 people on Mondays
and Fridays), 4) business center support and 5) Audio-Visual Services.
Break-out rooms must accommodate 25 to 50 people per session, at least
one room must be equipped with electrical outlets and 10 data lines
with RJ11 connectors. There may also be evening sessions. Must be able
to provide kosher meals. In order to be considered for award, hotels
must be able to provide at one location/facility accommodations,
lunches and a dinner, and meeting room space for all 180 to 230 people
attending the training. The provision at 52.212-1, Instructions to
Offerors -- Commercial, applies to this acquisition. Provisions in the
FAR 52.212-2, Evaluation -- Commercial Items, will be applicable. To
be eligible for award of this contract, the hotel must be compliant
with the Hotel and Motel Fire Safety Act of 1990, 15 USC 2201 (Public
Law 101-391) and be compliant with theAmericans with Disabilities Act,
42 USC Section 12101. Other considerations: proximity to a major
airport, public transportation available to the facilities, and
diversified, adequate and reasonable food service must be available
on-site and/or within walking distance. The Government will award a
contract resulting from this solicitation to the responsible offeror
whose offer conforming to the solicitation will be most advantageous
"Best Value" to the Government, price and other factors considered.
Evaluation will be based on the following factors: 1)Price, 2) Lodging
requirements described in this announcement, 3) Meeting rooms
described in this announcement, 4) Food service described in this
announcement, 5) Proximity to restaurants in walking distance 6)
business center support and Audio-Visual Services, 7) Past performance.
Any factors that contribute to the effectiveness of the training
session will be given consideration. Offerors should provide for
reference to be used for evaluating your past performance, a list of
three (3) agencies/companies (include address, phone number and contact
person) for which you have provided similar services within the past
three (3) years. Offerors are to include with their offer a completed
copy of the provisions at FAR 52.212-3, Offeror Representations and
Certifications -- Commercial Items. FAR 52.212-4, Contract Terms and
Conditions -- Commercial Items, applies to this acquisition. FAR
52.212-5, Contract Terms and Conditions Required to Implement Statutes
or Executive Orders -- Commercial Items, applies to this acquisition.
The following FAR clauses are applicable: 52.212- 5(a)(1) and (2),
52.212-5(b), 52.212-5(c), 52.212-5(d)(1)(2)(3)and 52.212-5(e)(1)(2)(3).
The FAR INTERNET address is http://www.arnet.gov/far/. Proposals
responding to OIG 98-01 are due to the U.S. Department of Labor, Office
of Inspector General, Attn: Nancy J. Young, 200 Constitution Avenue,
N.W., Room S5508, Washington, D.C. 20210, by COB March 24,1998. All
responsible sources may submit a proposal which will be considered.
(0056) Loren Data Corp. http://www.ld.com (SYN# 0091 19980227\V-0001.SOL)
V - Transportation, Travel and Relocation Services Index Page
|
|