Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2002 FBO #0294
SOLICITATION NOTICE

X -- LODGING ACCOMODATIONS WITH CONFERENCE ROOM AVAILABILITY

Notice Date
9/20/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), West Service Center (6PWT), West Technical Services Branch 1500 E. Bannister Road, Kansas City, MO, 64131-3088
 
ZIP Code
64131-3088
 
Solicitation Number
GS06P02GYC0057
 
Point of Contact
Peggy Jewett, Senior Contracting Officer, Phone (816) 823-2266, Fax (816) 823-2273,
 
E-Mail Address
peggy.jewett@gsa.gov
 
Description
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 document incorporates provisions and clauses which are in effect through Federal Acquisition Circular (FAC) 2001-01. The NAICS is 72110 and the Small Business Size Standard is $5 million. The General Services Administration, PBS, Office of the Chief Architect, intends to block single occupancy sleeping rooms, procure meeting space and meals for their 5th Annual Project Management National Workshop. FIRM DATES: March 24-28, 2003 (FIRM) MEETING ROOM/FOOD AND BEVERAGE REQUIREMENTS: Monday thru Friday: Speaker Ready Room for 10 conference style Sunday thru Friday: Office for 10 with perimeter space for boxes Monday 8am - 5pm General Session for 350 Crescent rounds of 6 PM Break for 350 6:30pm - 8pm Awards Reception/Cash Bar (light refreshments) Tuesday 8am - 2pm General Session for 350 Crescent rounds of 6 Continental Breakfast (set up inside room by 7am) 7am - 8:45am 4 breakout rooms for 60 ppl each (classroom) 12n - 1:30 pm Lunch (in separate room) NOTE: The group will be touring federal buildings from 2-5pm. Wednesday 8am - 5pm General Session for 350 Crescent rounds of 6 Continental Breakfast (set up inside room by 7am) 7am - 8:45am 4 breakout rooms for 60 ppl each 2pm-5:30pm (classroom) 12n - 1:30 pm Lunch (in separate room) NOTE: Tentative need for exhibit space for 10-15 exhibits Thursday 8am - 10am Sit-down Breakfast/General Session for 350, Crescent rounds of 8 NOTE: The group will leave from 10am-5pm for Awards program at Ronald Reagan Building. Friday 8am - 12noon General Session for 350 Crescent rounds of 6 Continental Breakfast (set up inside room by 7am) 8am-10:30am 1 Breakout room for 75ppl (rnds/6) Mid morning and afternoon breaks will be provided daily for events held at hotel, time not established. Provide catering menu price list for reception, breakfasts, lunches, and refreshment breaks. Indicate discount off menu prices, if applicable. The following event specifications for hotels considered must meet the following criteria: HOTEL LOCATION AND ACCOMMODATIONS: 1. Within Washington, DC commuting area. 2. Accommodate both meeting and lodging needs in the same establishment. 3. Single occupancy rate to be within Government per diem allowance ($150.00/night). 4. Hotel located in safe, well-lighted area. 5. Rate must be offered three (3) days pre and post the proposed conference dates above to allow for optional tours of Federal buildings. LODGING: Sunday 60 rooms Monday 225 rooms Tuesday 225 rooms Wednesday 225 rooms Thursday 225 rooms Friday 20 rooms 1. Reservations will be made through a group rooming list, to be provided 3 weeks prior to conference start (however, individuals will pay own lodging). 2. Rooms equipped with sprinkler system in each sleeping room. 3. Individual sleeping rooms to be equipped with telephone data ports. 4. No additional charge for double occupancy (i.e., spouses). MEETING SPACE: 1. Ample adjustable room lighting conducive for training environment. 2. General session room setup by 7:00 am each morning (24-hour hold) 3. General session room shall include adequate space to accommodate a centered stage, panel/head table (seating up to 8 people), training equipment; VCR, overhead projector, 2 projection screens, LCD projector, and lap top computer. 4. Break out rooms shall include adequate space to accommodate a screen, LCD projector and lap top computer. 5. Equipment to be provided by either the Government and/or an A/V company which may or may not be the hotel on-site A/V company (to be procured separately). 6. Registration table set up outside general session room to accommodate 3 people in L shape with office and/or storage space located nearby. 7. All General Sessions will be streamed live as a multicast on GSA's intranet, InSite. This programming will be accomplished via a TV-1 video circuit that GSA will contract through Verizon as a tie-in between the hotel and GSA's Central Office building in Washington, DC, NW. MANDATORY REQUIREMENTS: 1. Hotel must be compliant with Hotel/Motel Fire Safety Act of 1990, 15 U.S.C. 2201 et. seq (Public Law 101-391) and must hold a FEMA Certification Number (See FEMA-http://www.usfa.fema/gov/hotel). (2) Hotel must be compliant with American with Disabilities Act (ADA), 42 U.S.C. Section 12101 et. seq. PROCUREMENT HISTORY: 2002 - New York - Sheraton Hotel Towers 2001 - Las Vegas - Golden Nugget Hotel 2000 - Phoenix - Hyatt Regency Hotel 1999 - Denver - Marriott Southeast Hotel CLAUSES/PROVISIONS: The provisions at FAR 52.212-1, Instructions to Offers-Commercial; FAR 52.212-2, Evaluation-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial, Offer Representations and Certifications - Commercial Items, (NOTE - offers are to submit completed copy with their offer, clause is attached to this combined synopsis/solicitation); FAR 52.212-4, Contract Terms and Conditions, Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. EVALUATION: FAR 52.212-2 -- EVALUATION -COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers and are listed in descending order of importance: Lodging Rate - $___________/night Meeting Rooms (based on 80% pickup of room block) General Session Room - $_____________/day Breakout Room - $_______________/room/day Reception Room - $______________ (Note: Appropriately sized and location of meeting space may be further evaluated.) Catering Menu Prices - Please submit as separate attachment. Comparable meal selections will be further evaluated. If any discount off catering prices will be offered, please indicate the discount percentage here - ______%. Indicate any additional special considerations provided. As proposals become more equal in the lodging rate and meeting rooms rates provided, the special considerations become more important. _____________________________________________________ _____________________________________________________ _____________________________________________________ _____________________________________________________ QUOTATIONS: DUE October 4, 2002, by 10:00 am local time. Submit e-mail quotations to lisa.daniels@gsa.gov or fax quotations to (817) 281-9143. The contract shall require that tax exempt forms be accepted, as applicable.
 
Place of Performance
Address: see synopsis/solictation
 
Record
SN00172570-W 20020922/020920213820 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.