Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2006 FBO #1546
SOLICITATION NOTICE

V--V -- Hotel Accommodations and Services, Conference Space

Notice Date
2/17/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Office of Information Service Center, Cleveland Business Center, (19A), 10000 Brecksville Road, Brecksville, Ohio 44141
 
ZIP Code
44141
 
Solicitation Number
776-06-548
 
Response Due
3/6/2006
 
Archive Date
4/5/2006
 
Small Business Set-Aside
N/A
 
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 geographic area: Nashville, TN. Request for Quotation 776-06-548 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 2005-07 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 August 21-24, 2006 (approximately 1000 sleeping rooms and required meeting space). The Department of Veterans Affairs, Office of Information National Training and Education Office (OI NT&EO) is sponsoring the Veterans Health Administration (VHA) eHealth University 2005 conference. The hotel must accommodate 1000 sleeping rooms (based on the timeframe), must provide all requirements specified for conference needs in Parts A, B, C and D 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 Hotel Contract shall be submitted with your proposal, along with descriptive literature to include sleeping rooms, meeting room space, diagrams and square footage, current 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 101-366) (42U.S. C. 12101 et. Seq.). The hotel facility must accommodate an estimated 1200 attendees with the following needs: Part A: Hotel Lodging ? 1000 sleeping rooms for attendees to begin check-in on August 21, 2006 with the majority of attendee check out on August 25, 2006. Rooms must be individual/private-sleeping rooms with toilet facilities at government prevailing per diem rate for Nashville, TN (currently $96). Payment for Part A shall be the sole responsibility of each attendee, to include any incidentals and no-show fees. Part B: Meeting space-all meeting space shall be provided on a 24-hour hold basis. Majority of meeting space shall be provided beginning Saturday, August 19, 2006, or by no later than Sunday, August 20, 2006, 7:00 a.m. through Thursday, August 24, 2006 (Rooms are needed Saturday and Sunday for set up of complex audiovisual equipment, staging, and computer equipment). Meeting space used as the conference office and conference network center will be held through August 25, 2005, 12:00 noon. Hotel must be equipped with a configurable network infrastructure. All meeting space must be equipped with network connectivity to the infrastructure. Meeting rooms used as computer training rooms must be able to provide proper electrical service. (1) General Session Meeting Room approximately 15,300 square feet-to accommodate 1000 attendees classroom seating or combination classroom/theater seating, technician booth, and staging, and to support overhead lighting and projection equipment. (2) 5-6 Computer Training Rooms-ranging in size-3,000-6,100 sq. ft. Computer rooms to accommodate 40-60 laptop computers, 40-1200 attendees, riser, and 2 LCD projectors and 2 screens. NOTE: rooms used for computer training rooms need a 4 foot aisle between each row of tables. 18?x 6? and 8? tables may be used. No more than two attendees per 18? x 6?/8? table. (3) Breakout Rooms-8-9 meeting rooms to accommodate 60-250 attendees classroom style seating, and 1-2 LCD projectors and 1-2 screens. (4) 12-14 conference support rooms ? to serve as a computer server room, conference office, webmaster room, faculty ready room, 3-4 taping rooms, and several rooms for storage of computer crates, boxes, etc. Exhibit Hall area- approximately 41,200-60,000 sq. ft. to accommodate poster presentations, VA/vendor displays, AM/PM breaks, and evening reception. Part C: Food and beverage will be required for one evening reception (day TBD). Part D: Other requirements; variety of restaurants at property or within walking distance of the property (not to exceed 4 normal city blocks). 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, food and beverage/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. For a proposal submitted by an offeror that is not a hotel, the offeror, not the hotel, is considered the prime contractor. Therefore, that offeror must describe in its proposal the technical approach for the offeror's services as a prime contractor and must also include a copy of all insurance(s) (standard business, liability, extraordinary insurances) in order to submit a complete technical proposal for evaluation purposes. (This is not a solicitation for Event Planning Services. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable.) 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://vaww1.va.gov/oamm/acquisitions/ars/policyreg/vaar/index.htm (VAAR); 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation commercial Items (factors listed in descending order of importance: 1) Size and quality of services and accommodations; 2) experience with large conferences; 3) location, 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 Georgene Granfors, Event Manager/Contracting Officer, OI NT&EO (196E), 10000 Brecksville Road, Brecksville, OH 44141. Phone: 440-526-3030 x6105, FAX: 440-838-6059, email: georgene/granfors@med.va.gov. Faxed proposals will be accepted. Closing Date for receipt of proposals is March 6, 2006, 12:00 p.m. ET.
 
Record
SN00990527-W 20060219/060217212040 (fbodaily.com)
 
Source
FedBizOpps 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.