Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2003 FBO #0470
SOLICITATION NOTICE

V -- CONFERENCE SPACE RENTAL AND HOTEL SERVICES

Notice Date
3/13/2003
 
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-H700
 
Archive Date
4/25/2003
 
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 and Hotel Services, located in the Kissimmee, FL area. Request for Proposal 777-03-H700 is in accordance with FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This is not a solicitation for Event Planning Services. This announcement incorporates provisions and clauses in effect through FAR FAC 2001-10 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 May 4, 2003 =96 May 9, 2003 (approximately 75 sleeping rooms, and the required meeting space). The Department of Veteran Affairs, Employee Education System (EES) is sponsoring a training conference on the topic of Healthcare Leadership Institute Training. The hotel must accommodate 75 sleeping rooms (based on the timeframe), 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 letterhead and must address all requirements listed in a separate technical proposal. A response to requirements listed below shall be submitted on letterhead and must address all requirements listed in a separate technical proposal. A Hotel Contract shall be submitted with your proposal, along with descriptive literature to include sleeping rooms, meeting room space, diagrams and square footage, information (availability/cost) on amenities of hotel ie, parking, shuttle services; transportation to/from airport, AV equipment, menus. The hotel facility must be FEMA approved and listed on the U.S. Fire Administration Hotel and Motel National Master List found at http://www.usfa.fema.gov/hotel/search.cfm. The hotel facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12101 et. Seq.). The hotel facility must accommodate an estimated 80 attendees with the following needs: Part A: Hotel Lodging- (1a) 75 sleeping rooms for participants arrival on 5/4/03 through 5/9/03. Rooms must be individual/private sleeping rooms with toilet facilities at government per diem rate for the Kissimmee, FL area ($64). ). Payments for Part A shall be the sole responsibility of each participant, to include no-shows fee. Part B: (1) Meeting Space (Breakout room) for 18 ppl in rounds on 5/4/03 from 4:00-6:00 pm. (1) Meeting Space (General Session Meeting Room) for 5/5/03-5/9/03; 8:00 am =96 5:00 pm, each day (24-hour hold) to accommodate 80 ppl in rounds seating, without pillars and 9 ft or greater ceiling); Head Table for faculty materials and standing lectern in the front of the General Session room. Registration to be set-up outside of the conference room (two 6=92 skirted tables with four chairs and two waste baskets, beginning at 3:00 pm on 5/4/03 and ending at 5:00 pm on 5/9/03, 24-hour hold. (3) Breakout Rooms for 20 ppl each room, in rounds on 5/5/03 from 8:00 am =96 5:00 pm.. (10) Breakout Rooms (can be Boardrooms/Large Suites) for 10 ppl each room, one-Round each room on 5/7 and 5/8 from 8:00 am =96 5:00 pm. Part C: Anticipate light refreshments for morning and afternoon breaks, May 5 through May 9, 2003, please provide menus. Part D: 1. Other requirements; variety of restaurants and shops within walking distance (not to exceed 4 normal blocks) in safe area. Award will be made to the offeror determined to be the Best Value to the Government in accordance with FAR 52.212-2 evaluation factors. Evaluation may be made with or without discussions with the offeror(s). Technical proposals will be evaluated for size, quality of services and accommodations, location, and experience with large conferences. VA reserves the right to conduct an on-site inspection of offered facilities. Prices will be evaluated in terms of cost for accommodations and service, cancellation and attrition, refreshments. 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, hotel contract and descriptive literature. Any offer that does not meet the solicitation requirements will be rejected as non-responsive. 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 listed in descending order of importance: 1.=20 Size and quality of services and accommodations; 2. Location; 3. Experience with large conferences, and 4. Price. Size and quality of services and accommodations, location and experience with large conferences, when combined are more important than price); 52.212-3 Offeror Representations and Certification-Commercial Items. Offerors 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; 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, technical proposals, and Hotel Contract to Karla Nardi, Event Manager/Contracting Officer, Department of Veterans Affairs, Employee Education Center, 10000 Brecksville Road, Brecksville, OH 44141. Phone 440/526-3030, Ext. 6641, Fax 440/838-6034, or email Karla.Nardi@lrn.va.gov. Faxed proposals will be accepted. Closing date for receipt of proposals is March 26, 2003 at 3:00 PM ET
 
Web Link
RFP 777-03-H700
(http://www.bos.oamm.va.gov/solicitation?number=3D777-03-H700)
 
Record
SN00278688-W 20030315/030313213458 (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.