Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2005 FBO #1427
SOLICITATION NOTICE

X -- LODGING ACCOMMODATIONS WITH CONFERENCE ROOM AVAILABILITY

Notice Date
10/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
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
GS06P06GYC0002
 
Response Due
11/4/2005
 
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 721110 and the Small Business Size Standard is $6 million. The General Services Administration, Office of the Chief Architect, intends to block single occupancy sleeping rooms, procure meeting space and meals for their national PBS Capital Construction Conference (8th event). DATES: March 6-10, 2006 ? or - March 13-17, 2006 Alternate dates will be considered. MEETING ROOM/FOOD AND BEVERAGE REQUIREMENTS: Sunday 4pm thru Tuesday 7pm ? 24-hour hold: Technology Showcase to accommodate approx 40 vendor 10x10 booths (minimum 6000sf) Monday thru Thursday ? 24-hour hold: Speaker Ready Room for 10 ppl conference style Monday thru Thursday ? 24-hour hold: Staff Office for 10 ppl conference style (spacious) with perimeter space for boxes, computer setup, telephone, etc. Monday thru Thursday ? 24-hour hold ? General Session for 350 ppl, Crescent rounds of 6 Monday & Tuesday ? Showcase Demo Room for 50pl classroom Tuesday am thru Thursday am ? separate room for meals (rounds of 8). Prefer adjacent to General Session. Tuesday ? 7 breakout rooms to hold 50ppl classroom (in addition to GS) Wednesday ? 8 breakout rooms to hold 50ppl classroom (in addition to GS) Thursday 1pm thru Friday 11am ? meeting room for 25ppl hollow square from 8am-12noon FOOD/BEVERAGE: Monday ? Deli Buffet for approx 250ppl in Showcase Area from 11am-12:30pm Cash Bar/passed hors dourves for 350ppl in Showcase area (5pm-6:30pm) Awards Reception/Cash Bar from 6:30-8:30pm for 350ppl ppl, rounds of 8. Light refreshments. (tentative ? MAY be combined with Showcase) Tuesday- Continental Breakfast for 350ppl rounds of 8 (7am-8am) Luncheon for 350ppl rounds of 8 (12n-2pm) PM Break for 350ppl in foyer Lite Refreshments in Showcase for 350ppl (5:30-7pm) Wednesday- Continental Breakfast for 350ppl rounds of 8 (7am-8am) Luncheon for 350ppl rounds of 8 (12n-2pm) PM Break for 350ppl in foyer Thursday Continental Breakfast for 350ppl rounds of 8 (7am-8am) Optional Tours of Federal Buildings from 2pm-5pm. No group lunch provided this date. (There could be approx 200ppl using hotel restaurant). Friday ? Continental Breakfast for 25ppl from 7am-8:30am Mid morning and afternoon breaks will be provided daily for events held at hotel, time not established at this writing. 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 Chicago, IL Central Business District (CBD) or Kansas City, MO CBD (Downtown, Mid-town and Plaza). 2. Accommodate both meeting and lodging needs in the same establishment. 3. Single occupancy rate to be within Government per diem allowance: Chicago ($136/night) or Kansas City ($87/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 20 rooms Monday 300 rooms Tuesday 300 rooms Wednesday 275 rooms Thursday 175 rooms Friday 10 rooms 1. Reservations will be made through a group rooming list, to be provided 2 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. NO CHARGE for internet access ? FREE Internet for GSA attendees. 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, 4 projection screens, LCD projectors, and lap top computer. The ballroom shall have a minimum height of 14? and shall be square. 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. Technology Showcase ? Ballroom preferred with typical vendor setups. 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. (3) Hotel must be registered in Central Contracting Registry (CCR) (www.ccr.gov). PROCUREMENT HISTORY: 2005 ? Miami ? New Radisson Hotel 2004 ? Seattle - Westin 2003 ? Washington DC ? Hyatt/Crystal City 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: 1 - Meeting Space (i.e., Appropriate size/location of General Session meeting space; Layout and location of Breakout Rooms, office, speaker ready rooms; Adjacent ballroom space for reception, meals; Adjacent ballroom space for Showcase; ) 2 ? Conference Charges A - Lodging Rate - $___________/night B - 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.) C - 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 - ______%. D - Indicate any additional special considerations provided. _____________________________________________________ _____________________________________________________ _____________________________________________________ _____________________________________________________ (As proposals become more equal in the meeting space and lodging rates provided, the special considerations become more important.) QUOTATIONS: DUE November 4, 2005 by Noon CDT. 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, if applicable.
 
Place of Performance
Address: SEE ABOVE
Country: US
 
Record
SN00919501-W 20051023/051022080646 (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.