Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2006 FBO #1550
MODIFICATION

X -- FACILITY TO HOST ATLANTA TECHNICAL ASSISTANCE PROGRAM SEMINAR

Notice Date
2/21/2006
 
Notice Type
Modification
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Equal Employment Opportunity Commission, Office of the Chief Financial Officer & Administrative Services, Procurement Management Division, 1801 L Street, N.W., Room 2505, Washington, DC, 20507
 
ZIP Code
20507
 
Solicitation Number
RFQ060040
 
Response Due
3/9/2006
 
Archive Date
3/24/2006
 
Description
EXTEND THE CLOSING DATE & TIME FOR SOLICITATION NUMBER RFQ060040--The purpose of this amendment is to extend the closing date and time for combined synopsis/solicitation RFQ060040 from February 23, 2006 at 3:00 p.m. EST to March 9, 2006 at 3:00 p.m. EST. The deadline for submission of questions regarding RFQ060040 is extended from February 21, 2006 at 3:00 p.m. EST to February 28, 2006 at 3:00 p.m. EST. Except as stated above, all other terms and conditions remain unchanged. This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The Contracting Officer is utilizing policies and procedures prescribed in Part 12, Acquisition of Commercial Items, and Part 13.5 Test Program for Certain Commercial Items. This solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. Hotels and other full service facilities that can satisfy the requirements listed below are encouraged to submit a quotation. This solicitation is considered an unrestricted procurement. The Equal Employment Opportunity Commission (EEOC) has a requirement for a contractor to provide a full service training facility to include meeting space, audio visual equipment/audio visual support services, and food and beverage service to host a two (2) day Technical Assistance Program (TAP) Seminar with an anticipated attendance of a minimum of 120 participants with a maximum of up to 250 participants per day. EEOC has developed a program of TAP Seminars which will provide training to employers and unions on the laws enforced by the EEOC. To be eligible for consideration, the contractor?s facility must be located within one of the following Atlanta, GA area postal zip codes: 30301 through 30322, 30324 through 30334, 30336 through 30350, 30353 through 30362, 30364, 30366, 30368 through 30371, 30374 through 30380, 30384 through 30390, 30392, 30394, 30396, 30398, 30399, 31106, 31107, 31119, 31126, 31131, 31132, 31139, 31141, 31145, 31146, 31150, 31156, 31191 through 31193, 31195 through 31199 and 39901, or the Braselton, GA 30517 postal ZIP code. The EEOC contemplates the award of a Firm-Fixed-Price Contract. Period of Performance: The period of performance under this contract shall consist of a base period of twelve (12) months (from the effective date of contract award through 12 months thereafter) with two (2) one-year options. The total contract period of performance shall not exceed thirty-six (36) months if all options are exercised. The quotation package shall include the following line items in a written quotation: CLIN 0001. Base Period - Rental of Meeting Space ? 2 days each (See room setup below); CLIN 0001AA. Base Period - Rental of Audio Visual Equipment & Support ? 2 days each (See list of audio visual equipment below); and CLIN 0001AB. Base Period - Food and Beverage Services ? 2 days each (See list of food and beverage below); CLIN 0002. Option Year 1 - Rental of Meeting Space ? 2 days each (See room setup below); CLIN 0002AA. Option Year 1 - Rental of Audio Visual Equipment & Support ? 2 days each (See list of audio visual equipment below); and CLIN 0002AB. Option Year 1 - Food and Beverage Services ? 2 days each (See list of food and beverage below); CLIN 0003. Option Year 2 - Rental of Meeting Space ? 2 days each (See room setup below); CLIN 0003AA. Option Year 2 - Rental of Audio Visual Equipment & Support ? 2 days each (See list of audio visual equipment below); and CLIN 0003AB. Option Year 2 - Food and Beverage Services ? 2 days each (See list of food and beverage below). The following two-day combination dates are listed in order of preference for the FY 2006 Atlanta District Office TAP Seminar: August 24-25, 2006; August 23-24, 2006; August 16-17, 2006; and August 17-18, 2006. A contract will be awarded to a responsible vendor whose quotation represents the best value to the Government. Interested parties must indicate in their quotation whether they accept payment via Government-wide commercial purchase card. The prospective contractor must be registered in the Central Contractor Registration (CCR) database prior to award of the resulting contract. Registration is free and can be completed on-line at http://www.ccr.gov/. Each quotation must clearly indicate the capability of the vendor to meet the requirements specified in this combined synopsis/solicitation. General Requirements: The following requirements for the training facility are specified in terms of minimum requirements. Americans with Disabilities Act (ADA) Requirements: All facilities, including rest rooms, meeting space, office space, and audio visual equipment must meet ADA requirements for accessibility. Accommodations for disabled individuals may include, but are not limited to, wheelchair ramps and accessible parking spaces, elevators, sound systems, and aisles. Parking Requirement: The vendor?s training facility must have adequate parking spaces for all participants. EEOC reserves the right to perform site visits prior to award of this contract. Lodging Requirement: The vendor?s training facility is not required to provide lodging accommodations. However, if such accommodations are provided, then the following requirements apply. Costs associated with lodging will not be paid under this contract. Participants shall be responsible for payment of individual sleeping rooms and all incidental charges upon check-out. EEOC requires the contractor that has lodging accommodations to block a limited number of rooms for participants, presenters, and EEOC staff. The contractor shall provide the sleeping rooms for EEOC staff and presenters at or below the federal government?s per diem rate. The contractor shall provide information regarding the sleeping room rates with their quotation for those who wish to reserve sleeping rooms. It is estimated that approximately ten (10%) of the number of participants will require lodging facilities, and the contractor is required to provide accommodations with single and double beds for sleeping one or two nights (the night before the event starts and the following night). Sleeping rooms shall be located within the same building, hotel complex or conference facility as the training/meeting rooms. Rooms must be equipped with private bath, bed, dresser, table, chair, closet space and heating and air conditioning and receive daily maid and linen service. Rooms are to have secure locks and/or chains. The quantity of rooms specified above is an estimate only, and not representation to the contractor that this estimated quantity will be ordered. The government makes no commitment to this estimated quantity. Anticipated number of participants per day is a minimum of 120 participants with a maximum of up to 250 participants per day. Registration and continental breakfast start at 7:30AM and seminar starts at 8:30AM. Seminar ends daily at 5:00PM. The Contracting Officer?s Technical Representative (COTR) will contact the contractor within 72 hours of the event to confirm the number of participants. Even if the number of participants is less than 120, the contractor shall invoice the EEOC per person for food & beverage at the agreed upon rates, and the agreed upon rates for audio visual equipment and meeting room rental, if applicable. The contractor shall submit a final invoice of all charges within five (5) business days after completion of the seminar. Should EEOC elect to cancel this contract, EEOC will provide a written notification to the contractor no later than sixty (60) calendar days prior to the scheduled event. By receipt of this cancellation notice, the contractor agrees to release EEOC from any cancellation penalties or charges. If there is a cancellation within sixty (60) calendar days of the scheduled event date, Paragraph (l) Termination for the Government?s Convenience or (m) Termination for Cause of FAR Clause 52.212-4, Contract Terms and Conditions ? Commercial Items will govern. CLIN 0001 ? Rental of Meeting Space ? Specific requirements each day are: one large room for up to 250 participants with classroom seating between 7:30AM and 12:00 noon. This room shall include 2 tables with four chairs, situated at the front of the room equipped with podium and microphone on a riser, as well as two hand-held cordless microphones and four lavaliere microphones for the large room. There shall be sufficient space at the back of the room to place additional chairs, if needed. One projection screen will be located on each side of the riser at the front of the room in a manner that will permit projectors controlled by a single laptop operated by the speaker to simultaneously show either slides or moving pictures with sound. Movable audio visual carts will be located so that projectors can project either slide shows or moving pictures on the two screens. Registration table(s) with eight chairs and two tables shall be positioned outside the large room for seminar registration purposes which will occur between 7:30 and 9:00AM. Two breakout rooms will be provided with classroom seating each with a minimum capacity of 100 participants and with a combined capacity of 250 participants. The two rooms shall be available between 1:00 and 5:00PM. Each breakout room shall include two speakers? tables and four chairs and shall be equipped with a podium and microphone, one screen, one microphone mixer, one movable audio visual cart, and three additional microphones from among the two hand-held cordless microphones or four lavaliere microphones available under this contract. All rooms must have a suitable sound system so all participants may hear and ask questions of the speakers, should be arranged classroom style with chairs and tables for writing and handouts, all chairs and tables or desks should be of sufficient size (minimum of 4 sq. ft) and in acceptable condition (the furniture is not broken, soiled, rusted or damaged in any way that would injure the individual or damage clothing), aisle space, including the space between tables and desk, needs to be accessible for persons in a wheelchair, walls should be constructed in such a manner that they confine inside sound and reduce or prevent the transmission of extraneous sound, all rooms (including luncheon area) should be equipped with a working sound system which may be controlled by the speaker and which projects equally to all areas of the room, rooms should be configured to allow every participant a clear view of the speaker and all visual aids, each participant should have a clear view of at least one of the projection screens then in use, rooms should be well lit to accommodate extensive reading and writing and all lighting should be uniform and should not produce a glare, heating and air conditioning should provide a comfortable level of air quality and room temperature when rooms are at the maximum capacity, and the contractor shall provide for the receipt and accommodation of government seminar materials prior to the scheduled seminar. The contractor shall store the materials received in a secure place accessed only by the designated government project officials and authorized contractor officials. CLIN 0001AA ? Rental of Audio Visual Equipment and Support - Specific requirements each day are: Podiums with microphones (2 each), hand-held cordless microphones (2 each), Lavaliere microphones (4 each), microphone mixer sufficient to amplify, simultaneously, both multiple speakers and the audio track of a DVD or sound recording (2 each), 10? Projection Screens (2 each), movable audio visual cart with electrical connections and cords to accommodate EEOC?s LCD projector and laptop computer (2 each), and technical assistance in setting up all equipment, including splitters in order to assure that all registrants can hear and see all presentations. CLIN 0001AB ? Food and Beverage Services - Specific requirements each day are: Continental Breakfast to be served between 7:30AM and 9:00AM and to include a selection of croissants, Danish pastries, muffins as well as freshly brewed coffee, decaffeinated coffee, tea, and assorted fruit juices. Morning Break is to be served between 10:30AM and 10:45AM and shall include, at a minimum, a refresher of coffee service. Provide a recommended list of beverages and snacks and their related prices. A sit-down business luncheon is to be served between 11:45AM and 1:15PM in a room accommodating up to 300 participants, speakers, and EEOC staff at round tables (not the room used for general session). Luncheon should include appropriate condiments and be served with coffee, decaffeinated coffee and tea (iced or hot). Please provide various recommended lunch menus, with prices per person. Afternoon Break to be served between 2:30PM and 2:45PM to include assorted soft drinks and bottled water. Provide recommended list of beverages and snacks and their related prices. All food and beverage services need to be located in areas accessible to individuals with disabilities. The Luncheon should be arranged so that all individuals can be seated and served sufficiently. Pricing for food and beverages shall include the price for the item(s), plus the gratuity (service charge), and a statement from the contractor indicating whether the U. S. Government is exempt from state tax, if applicable. CLIN 0002 - Same as CLIN 0001 except Seminar to be held in 2007 (First Option Year) on August 23-24. CLIN 0002AA - Same as CLIN 0001AA except Seminar to be held in 2007 (First Option Year) on August 23-24. CLIN 0002AB - Same as CLIN 0001AB except Seminar to be held in 2007 (First Option Year) on August 23-24. CLIN 0003 - Same as CLIN 0001 except Seminar to be held in 2008 (Second Option Year) on August 28-29. CLIN 0003AA - Same as CLIN 0001AA except Seminar to be held in 2008 (Second Option Year) on August 28-29. CLIN 0003AB - Same as CLIN 0001AB except Seminar to be held in 2008 (Second Option Year) on August 28-29. All interested parties shall submit with their quotation a detailed breakdown of all costs to include meeting space, audio visual equipment & support, food and beverage service, and any other miscellaneous services and equipment which are necessary for the success of the seminar. Submission of Quotation: Your quotation in response to RFQ060030 is due February 23, 2006, 3:00 p.m. EST. The mailing address is as follows: U.S. Equal Employment Opportunity Commission, Procurement Management Division, 1801 L Street, N.W., Room 2505, Washington, D.C. 20507 Attn: Gregory Browne, Contracting Officer. A quotation submitted via e-mail addressed to gregory.browne@eeoc.gov will be accepted. Questions regarding this request for quotation should be submitted to Gregory Browne, via e-mail @ gregory.browne@eeoc.gov. Telephone inquires or responses are not acceptable. The deadline for the submission of questions regarding RFQ060040 is February 21, 2006 at 3:00 p.m. EST. The Government will not reimburse interested parties for any cost associated with responding to this business opportunity. All responsible sources may submit a quotation which shall be considered by the agency. The anticipated contract award date is on or before March 20, 2006. Evaluation factors for award: The following factors shall be used to evaluate quotes: technical capability, past performance, and price. Technical capability and past performance when combined are more important than price. Technical capability subfactors: Quotations will be evaluated on the vendor?s ability to: 1. Meet the minimum requirements regarding lodging, meeting space, audio visual equipment and technical support, food and beverage service, and the vendor?s ability to meet ADA requirements for accessibility; 2. Provide the required services on the dates requested. Additional consideration will be given to those vendors who can provide the required services on the dates listed in the order of preference; 3. Provide lodging at or below the federal government?s per diem rate for lodging.; 4. Provide a training facility with adequate parking for participants and presenters that is located within the specified postal zip codes. Past Performance: The vendor must provide a minimum of three (3) references for past performance for similar work awarded within the past three (3) years. The information for each reference shall include the following: 1. Name and address of government agency or other non-government client; 2. Name, title, and telephone number of Contracting Officer, or other point of contact; 3. Name, title, and telephone number of client?s program or project manager, if applicable; 4. Contract number, period of performance, and dollar value of contract; and 5. Description of services provided. Evaluation of Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government?s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). Notice: The Government intends to evaluate quotations and make award without discussions (except clarifications as described in FAR 15.306(a)). Therefore, the vendor?s initial quote should contain the vendor?s best terms from a price and technical standpoint. The Government reserves the right to conduct discussions, if the Contracting Officer later determines them to be necessary. The Government also reserves the right to conduct a site visit. The provisions at 52.212-1, Instructions to Offerors ? Commercial Items applies to this acquisition. The provisions at 52.212-2, Evaluation-Commercial Items applies to this acquisition. The vendor shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items with your quote. Clause 52.212-4, Contract Terms and Conditions-Commercial Items and Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Order-Commercial Items are incorporated by reference. Clause 52.203-6, Restrictions on Subcontractor Sales to the Government ? Alternate I, Clause 52.222-21, Prohibition of Segregated Facilities, and Clause 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration are incorporated by reference. To obtain the above provision/clauses in full text, please visit www.arnet.gov. Method of payment: Electronic Funds Transfer.
 
Place of Performance
Address: Atlanta, GA or the Braselton, GA 30517 Postal Zip Code.
Zip Code: 30301
Country: US
 
Record
SN00991998-W 20060223/060221212438 (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.