Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2002 FBO #0354
SOLICITATION NOTICE

R -- CONFERENCE SPACE RENTAL AND SUPPORT SERVICES

Notice Date
11/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Austin Automation Center, (316= ), 1615 Woodward Street, Austin, Texas 78772
 
ZIP Code
78772
 
Solicitation Number
777-03-H004
 
Archive Date
12/22/2002
 
Point of Contact
Contracting Officer - Karen Lebo, Contracting Officer, (440) 838-6= 028
 
E-Mail Address
Email your questions to Karen Lebo
(karen.lebo@lrn.va.gov)
 
Description
This is a combined synopsis/solicitation to negotiate a Firm Fixed Price type contract for Hotel Accommodations, Conference Space Rental and Support Services in the Washington, DC metro area. Request for Quotation 777-03-H004 is in accordance with FAR Subpart 13.5 test program. This announcement incorporates provisions and clauses in effect through FAR FAC 2001-09 and VAAR 97-9. NAICS Code 721110 and the small business size standard is $6 million. This BOS announcement/solicitation is solicited unrestricted and constitutes the only bid document that will be issued. The Period of Performance for this requirement is March 3-6, 2003 (approximately 300 sleep rooms and required meeting space). The Department of Veteran Affairs, Employee Education System (EES) is sponsoring a training conference on the topic of Pain Management and End of Life Care. The hotel must accommodate 300 rooms (based on the timeframe), must be located within 2 block walking distance of a Washington DC Metro stop or provide complimentary shuttle service to and from a nearby DC Metro stop, must provide all requirements specified for conference needs in Parts B and C below, and must provide lodging rates within the stated Government Per diem. A separate written solicitation document will not be issued. A response to requirements listed below shall be submitted on contractor letterhead or formal quotation form and must address all requirements listed in a separate technical proposal. Descriptive literature for facility must also be included in proposal/bid package. Hotel must be FEMA approved and accommodate an estimated 400 attendees with the following needs: Part A: Hotel Lodging - (1a) 5 rooms for participants arrival on 3/2/03, (1b) 300 rooms for participants on 3/3/03-3/5/03, (1c) 5 rooms for participants on 3/6/03. Rooms must be Individual/private sleeping rooms and toilet facilities required at government per diem rate for Washington, DC area which has a government per diem rate of $150. Part B: (1) Meeting Space-General Session Meeting Room that will accommodate 400 attendees in classroom seating plus space available for rear screen projection on 2 screens plus pipe & drape, head table for six on riser with separate podium and AV technician riser/booth and camera riser in back of meeting space room to be held on a 24 hr basis beginning at 7:00 am on March 3, 2003 and ending at 5:00 pm on March 6, 2003. (2) Eight separate breakout meeting rooms held on a 24 hr basis on beginning at 7:00 am on March 4, 2003 and ending at 6:00 pm on March 5, 2003 that will accommodate no less than 45 attendees in classroom seating plus AVs in addition to General Session Mtg Rm requirement listed previously. (3) Poster Boards area needed on a 24 hr basis from 1:00 pm on March 3, 2003 until 4:30 pm on March 6, 2003. Area will need to accommodate 15 double-sided display boards which are approx. 8 ft wide by 6-8 ft tall as part of a free-standing easel and placed so that attendees viewing them will have adequate walking space-approx 1800 sq ft with no less than 10 ft high ceiling is needed. (4): Exhibits Room - needed on 24 hr basis from 7:00 am on March 4 until 4:30 pm on March 6, 2003. Room must be able to accommodate no less than 10 tabletop exhibits (6 ft table with 2 chairs) and adequate walking space. (5): Resource Room =96 Needed on 24 hr basis from 1 pm on 3/3/03 until 4:30 pm on 3/6/03 and should be able to accommodate 5-6 six ft tables with 2 chairs per table and electric power source for 5 computer systems. (6): Faculty Meeting Room to accommodate 20 in conference seating to be held on a 24 hr basis from 8 am on 3/3/03 until 6 pm on 3/6/03. (7): Lunch Banquet Room that will accommodate 400 attendees in banquet style with a head table on riser and audiovisual equipment on March 4 & 5, 2003. Part C: Light refreshment for morning and afternoon breaks will be required.=20 Award will be made to the offeror determined to be the Best Value to the Government in accordance with FAR 52.212-2 with evaluation factors listed in descending order of precedence: location, price. Evaluation may be made with or without discussions with the offeror(s). All responsible sources that can meet the requirements and provide items as listed above may respond to this solicitation by submitting cost and technical proposals on their company letterhead or bid form. The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far (FAR) and http://www.va.govoa&mm/vaar/ (VAAR); 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items (factors in descending order of importance:=20 location, price); 52.212-3 Offeror Representations and Certification-Commercial Items (NOTE =3DOfferors must include a completed copy of Offeror Representations and Certification along with his/her offer); 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders Commercial Items and in accordance with FAR 12.603(c )(2)(xii) the following provisions under the clause apply (b)(11)-(b)(15), (b)(19)(i), (b)(21), (b)(25) (b)(26) applies if Government Purchase Card is used, (c)(1), (c)(2), and (c)(4); FAR 52.232-18 Availability of Funds; VAAR 852.270-4 Commercial Advertising; VAAR 852.219-70 Veteran-owned business; 852.237-70 Contractor Responsibilities; and 852.270-1 Representatives of Contracting Officers. Proposals shall include all information required in 52.212-1, Schedule of Prices Offered, and a completed copy of provision 52-212-3. Submit all price, descriptive literature and technical proposals to Beth Buchholz, Event Manger/Contracting Officer, EES, 950 22nd St N, Suite 500, Medical Forum Building, Birmingham, AL 35203. Phone: 205-731-1812 x305, FAX 205-731-1821, email Beth.Buchholz@lrn.va.gov. Faxed proposals will be accepted.
 
Web Link
RFQ 777-03-H004
(http://www.bos.oamm.va.gov/solicitation?number=3D777-03-H004)
 
Record
SN00207414-W 20021121/021119213258 (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  © 1994-2020, Loren Data Corp.