Washington, DC Bids > Bid Detail

Intent to Sole Source -BUREAU OF THE FISCAL SERVICE NATIONAL CONFERENCES VENUE RENTAL

Agency:
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159233181544772
Posted Date: Oct 25, 2023
Due Date: Nov 2, 2023
Source: https://sam.gov/opp/a5a8b00aa7...
Follow
Intent to Sole Source -BUREAU OF THE FISCAL SERVICE NATIONAL CONFERENCES VENUE RENTAL
Active
Contract Opportunity
Notice ID
SS-FSA-24-011
Related Notice
Department/Ind. Agency
TREASURY, DEPARTMENT OF THE
Sub-tier
BUREAU OF THE FISCAL SERVICE
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 25, 2023 09:12 am EDT
  • Original Response Date: Nov 02, 2023 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Nov 17, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1AB - LEASE/RENTAL OF CONFERENCE SPACE AND FACILITIES
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Washington , DC 20004
    USA
Description

The Department of the Treasury, Bureau of the Fiscal Service, on behalf of the Bureau of the Fiscal Service, intends to make an award on a sole source basis to Trade Center Management Associates LLC, 1300 Pennsylvania Ave. NW Ste 268, Washington DC, 20004-3030 for the rental of the Ronald Reagan Building for the Joint Financial Management Improvement Program (JFMIP) and Government Financial Management Conference (GFMC) Conferences. The Government intends to award a contract for a base year and four (4) option years.





The following are MANDATORY REQUIREMENTS for this conference facility contract:



1. Location: All facility sites selected for review, inside Washington, D.C. shall be located no more than two (2) blocks from an existing WMATA metro station.



2. Parking: The facility shall have on-site vehicular parking sufficient to accommodate 600 attendees projected for Class B conferences.



3. Meals and Drinks: This requirement and the resulting contract will not request, nor will it fund for the contractor to provide food or drinks to conference attendees.

• The contractor shall have at least 18 commercial food establishments and/or vendors located within ½ block of the conference facility that can provide meals and drinks for conference attendees.

• The contractor shall publish a listing of commercial food establishments in close proximity to the contractor so that conference attendees will have this knowledge.



4. Ancillary Services:



Concierge: The facility shall have a designated concierge staff to perform direct discussions with the designated Fiscal Service on-site conference manager during times when the annual conferences are being held. The contractor shall designate by name an individual who shall be the point-of-contact for all discussions with Fiscal Service. The name, telephone number, fax number, and mailing address of that facility representative shall be furnishing to the Fiscal Service representatives. The contractor representative shall be present and shall be available on all days at the facility that the conferences are held.



Security: The facility shall have security procedures in place, which shall guarantee the protection of conference attendees and their possessions. The facility contracted shall have unimpeded entry access granted to all annual conference attendees. If it is to be anticipated that there shall be security requirements, badging, or special access requirements that slow the arrivals and departures of conference attendees, it shall be the contracted facilities’ direct responsibility to coordinate advanced entry procedures with facility security employees to assure that there are absolutely no instances of unimpeded conference attendee access to the annual conferences.



Business Center (Financial Management Conference Only): An on-site facility business center with phone, fax, computer, and internet shall be made available for conference attendee use during each annual conference. Any costs, expenses, or bills, related to the use of this business center by conference attendees will be exclusively paid for by the conference attendee who has made the request. The Fiscal Service will not pay for conference attendee use of the business center.



Breakout Rooms: Four (4) separate breakout rooms shall be required for each conference. Each of the four breakout rooms shall operate simultaneously with speaker presentations being performed in each room. The breakout rooms shall be located near each other and close to the conference registration desk and theater-amphitheater. These breakout rooms shall have no obstructions that alter the square footage available for participant view of the speaker presentations. All rooms shall have individual lighting and climate control and shall be soundproofed or have an air wall to the extent of preventing disturbances from ongoing meetings in adjacent rooms. The walls, carpet, tables, chairs, and other equipment shall be in excellent condition. Excellent is defined as no visual or mechanical flaws as well as meaning no ongoing construction in contracted delivery area or surrounding area that will audibly disrupt scheduled events. All rooms shall meet the requirements of Americans with Disabilities Act. Breakout rooms shall be clearly identified by hotel signage. The breakout rooms shall have sufficient electricity and outlets to support necessary audio-visual requirements for 150 conference exhibitors. Each breakout room shall have installed at a minimum one 12’x12’ wall-mounted video screen to support the projection of breakout speaker presentations. Each breakout room shall have a seating capacity for at least 150 conference attendees.



Conference Registration Area: Space is required to accommodate one registration area for conference attendees. The conference registration area shall consist of a line of 6 foot long rectangular tables covered with black, gray, or white fabric table cloths placed (end-to-end) in a distinct area that is not impeded by traffic. The number of tables required shall be five (5). The room shall meet the requirements of Americans with Disabilities Act.



Conference Space: Large theater or amphitheater with a seating capacity for at least 600 (six hundred) attendees is required by this contract. This theater - amphitheater shall have individual lighting and climate control and shall be soundproofed or have an air wall to the extent of preventing disturbances from ongoing meetings in adjacent rooms. The walls, carpet, tables, chairs, and other equipment shall be in excellent condition. Excellent is defined as no visual or mechanical flaws as well as meaning no ongoing construction in contracted delivery area or surrounding area that will audibly disrupt scheduled events. It shall meet the requirements of Americans with Disabilities Act and be wheel-chair accessible. It shall be clearly identified by signage. It shall have sufficient electricity to support 150 conference exhibitors, electronic support equipment, and outlets to support necessary audio-visual requirements as listed in this SOW. It shall have at a minimum one 12’x12’wall-mounted video screen, at the front of the stage, to support the projection of guest speaker presentations. On the front stage of the theater – amphitheater there shall be placed 6 foot long rectangular tables (end-to-end) and folding chairs that shall allow for guest speaker seating. This speaker seating requirement shall be supported with a minimum of four (4) and a maximum of six (6) table microphones for use by the guest speakers.



Exhibitor Spaces: The facility contracted shall provide floor and table- top space for fifteen (15) exhibitors. Exhibitor spaces shall be in a common area very near to the conference breakout rooms and large amphitheater. Each exhibit space shall be sufficient to accommodate one (1) 8’ x 10’ area and the ceiling shall be 8’-to-10’ feet in height from the floor. In each exhibitor space, a covered table of at least size 3’ x 6’ shall be provided. Each exhibitor space shall be provided lighting and electrical outlet support. The room shall meet the requirements of Americans with Disabilities Act.



The Bureau of the Fiscal Service will consider written responses received no later than 12:00 p.m. ET on November 2, 2023. Responses must include sufficient evidence that clearly shows the vendor is capable of providing the requested services. If no written response is received that clearly demonstrates an ability to meet all requirements, is more advantageous to the Government, and is received by the aforementioned deadline, the Bureau of the Fiscal Service shall make award on a sole source basis to Trade Center Management Associates LLC.



NO SOLICITATION IS AVAILABLE. A request for more information, or a copy of the solicitation, will not be considered an affirmative response to this Special Notice. Telephone responses or inquiries to this Special Notice will NOT be accepted. Interested vendors shall provide the following:





1. The name and location of your company, contact information, UEI number, and identify your business size (Large Business, Small Business, Disadvantaged Business, 8(a), Service Disabled Veteran Owned Small Business, HubZone, etc.) based on NAICS Code 531120, size standard $34 Million. Please ensure contact information includes the name of the point of contact, email address, and telephone number should the Government have questions regarding individual responses.



2. Whether your services are available through a Government contract vehicle or Open Market.



3. A brief capabilities statement (not to exceed 5 pages) that includes a description of your company's standard line of business, as well as a list of customers your company currently provides these online insurance industry financial data subscription services.



4. UEI number and CAGE code



Responses to this request shall be submitted on or before 12:00 p.m. ET on November 2, 2023 by email to purchasing@fiscal.treasury.gov , SS-FSA-24-011 Attn: DVASS/TASHCROFT. The following file extensions are not allowable and application materials/data submitted with these extensions cannot be considered:



.bat, .cmd, .com, .exe, .pif, .rar, .scr, .vbs, .hta, .cpl, and .zip files.



Microsoft Office compatible documents are acceptable.



No other information regarding this Special Notice will be provided at this time.



This notice does not restrict the Government to an ultimate acquisition approach. All vendors responding to this notice are advised that their response is not a request that will be considered for contract award. All interested parties will be required to respond to any resultant solicitation separately from their response to this notice if the Government determines there is clearly authorized provider per agreement with the facility owner.


Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 25, 2023 09:12 am EDTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >