Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2006 FBO #1671
SOLICITATION NOTICE

V--V -- Conference Space Rental & Hotel Services

Notice Date
6/22/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Austin Automation Center, (00D), 1615 Woodward Street, Austin, Texas 78772
 
ZIP Code
78772
 
Solicitation Number
777-06-H218
 
Response Due
7/5/2006
 
Archive Date
8/4/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation to negotiate a Firm Fixed Price type contract for Hotel Accommodations and Conference Space, and Hotel Services located in downtown St. Louis, MO. Request for Proposal 777-06-H218 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. For a proposal submitted by an offeror that is not a hotel, the 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. (Again, 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). This announcement incorporates FAR provisions and clauses in effect through FAR FAC 2005-07 effective January 3, 2006 and VAAR 97-10. 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 September 11, 2006 through September 15, 2006 (approximately 85 sleeping rooms, and required meeting space). The Department of Veterans Affairs, Leadership VA (LVA) program is sponsoring department-wide leadership development training. The hotel must accommodate 85 sleeping rooms nightly, 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 rate or lower for the area. 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, including Tax ID # , CCR DUNS # and FEMA # shall be submitted with your technical and price proposal, along with descriptive literature to include sleeping rooms, meeting room space, diagrams and square footage, information (availability/cost) on amenities of hotel i.e. parking, shuttle services; transportation to/from airport, menus and audio visual services. To be eligible for award under this solicitation, the hotel facility must be FEMA approved and listed on the U.S. Fire Administration Hotel and Motel National Master List found at 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.). In accordance with FAR 52.204.7 Central Contractor Registration (Oct 2003); contractors are required to register in the Central Contractor Registration (CCR) database http://www.ccr.gov, prior to award of any contract. Offers proposed facilities that are not listed will be rejected as non-responsive. The hotel facility must accommodate an estimated 85 attendees with the following needs: Part A: Hotel Lodging - 35 sleeping rooms for participants check-in on 9/10/06 with checkout on 9/15/06; 50 sleeping rooms for participants check-in on 9/11/06 with 70 participants checkout on 9/15/06 and 15 participants check out on 9/16/06. Rooms must be individual/private-sleeping rooms with toilet facilities at government Per Diem rate for St. Louis, MO ($101). Payments for Part A shall be the sole responsibility of each participant, to include cancellation fees. Part B: (1) Meeting Space - General Session Meeting Room (1800 sq. ft. or more) beginning on 9/11/06 and to be held on a 24-hours basis until 9/15/06 with setup of room and audio visual equipment to accommodate 75ppl in 10 rounds without pillars and 14ft or greater ceiling; (with an aisle in the center); Cocktail roundtable on a riser ( next to the podium in the General Session room; 3 skirted 6' table and 8 chairs in the rear or side of the General Session for staff; 1 skirted 6' table in the rear of the General Session for conference materials; 1 skirted 6? table for AV control panel (AV to be provided by conference staff); 1 skirted 6? table w/ 3 chairs up front for instructors; room for raised platform (15x12) and podium. Conference staff to bring own screen. General Session room is needed 7:00 am, to 9:30 pm on 9/11/06 (24 hour hold); (2) Use of own federal government audiovisual technicians and equipment with daily lockable storage room located near General Session Meeting Room needed. Daily lockable storage room (40 x 60 room or more) to begin on 9/8/06 through 9/15/06. (24 hour hold); (3) Hospitality Suite (1100 square feet or more) with refrigerator and sink for daily use from 9/11/06 through 9/15/06 (24 hour hold), with the use of own purchased snacks and beverages. Registration should be set-up inside of the Hospitality Suite (two 6' skirted tables with four chairs and two waste baskets.); (4) Buffet Dinner to be held on 9/11/06 from 5:30pm-7:00pm for approximately 95ppl separate from General Session Meeting Room. All meeting space and public area of facility MUST be ADA complaint. Payments for Part B shall be processed by Government Purchase Card or Government Purchase Order. Part C: Anticipated Light refreshments for morning and afternoon breaks will be required on 9/12/06 ? 9/15/06. Menus are to be provided with the technical written proposal. Payments for Part C shall be processed by Government Purchase Card or Government Purchase Order or by the direct billing process via cashier's check. The Federal Government policy does not permit a guaranteed amount of food and beverage revenue. Part D: Other requirements - Charter bus access for loading and unloading attendees on 9/13/06, 9/14/06. Disclosure of any hotel restaurant inclusive of reduced meals/breaks. A variety of restaurants and shops within walking distance (not to exceed 4 normal blocks) and located in a safe area. Proposal must indicate whether the hotel agrees to the right of DVA to use their own audiovisual equipment and if there is a cost incurred for the connection to hotel sound system with use of own equipment. NOTE: Government reserves the right to hire an outside audiovisual company without any penalties incurred as part of the fair practice procurement regulations. 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, refreshments, and no cancellation and attrition. 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. The technical proposal submitted by an offeror that is not a hotel, must describe the technical approach for the offeror's services as a prime contractor in order to be considered a complete technical proposal. 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. Size and quality of services and accommodations; 2. Location; 3. Experience with large conferences, and 4. Price (cost o accommodation s, services, cancellation fee, attrition and refreshments). 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. FAR 52.232-18 Availability of Funds (Apr 1984). Submit all price, descriptive literature, technical proposals, and Hotel Contract to Susie Riedthaler, Event Manager/Contracting Officer, Department of Veterans Affairs, Employee Education System (EES), 550 Foothill Drive, Suite 100, Salt Lake City, UT, 84113. Phone: 801-924-6842, FAX: 801-924-6806, email: Susie.Riedthaler@va.gov. Faxed proposals will be accepted. Closing date for receipt of proposals is Wednesday, July 5, 2006 @ 3PM CST.
 
Record
SN01075525-W 20060624/060622220838 (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.