Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2006 FBO #1711
SOLICITATION NOTICE

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

Notice Date
8/1/2006
 
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
V777-06-H234
 
Response Due
8/9/2006
 
Archive Date
9/8/2006
 
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: Baltimore, MD, preferably walking distance to Maryland Center for Veterans Education and Training (MCVET). Request for Proposal 777-06-H234 is in accordance with FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items. For a proposal submitted by an offeror that is not a hotel, the offeror, not the hotel, is to be 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.) This announcement incorporates provisions and clauses in effect through FAR FAC 2005-03 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 November 13, 2006 through November 17, 2006 (approximately 90 sleeping rooms and required meeting space). The Department of Veterans Affairs, Leadership VA (LVA) program is sponsoring a department-wide leadership training session. The hotel must accommodate 90 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, including Tax ID # 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. 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.). 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. The hotel facility must accommodate an estimated 90 attendees with the following needs: Part A: Hotel Lodging - (1) 25 sleeping rooms for participants check-in on 11/12/06 and 65 sleeping rooms for participants check-in on 11/13/06 with checkout on 11/18/06 (approximately 95% of the reserved rooms will check out on 11/18/06). (2) Rooms must be individual/private-sleeping rooms with toilet facilities at the November 2006 Government Per Diem rate for Baltimore, MD ($141). Payments for Part A shall be the sole responsibility of each participant, to include no-shows fee. Part B: (1) Meeting Space - General Session Meeting Room for 11/13/06 through 11/17/06 to accommodate 75ppl in rounds seating (with an aisle in the center) (1500 sq. ft. or more); Cocktail roundtable on a riser next to the podium in the General Session room; 3 skirted 6? table and 9 chairs in the rear of the General Session for staff; 1 skirted 6? table and 2 chairs placed in the rear of the room for the audio visual technicians in the General Session; 1 skirted 6? table and 3 chairs placed in the front of the riser on the floor in the General Session; 1 skirted 6? table in the rear of the General Session for conference materials; general session room is needed by 3:00 pm on November 13, 2006. (2) Hospitality Suite to accommodate 60 people for daily use from 11/12/06 through 11/18/06, with the use of own purchased snacks and beverages. (3) Two (2) Breakout Rooms (1200 sq. ft. each room) adjacent to general session meeting room for programs to set up display on 11/14/06 to 11/16/06. (4). Daily lockable storage room (250 sq. ft.) (close to general session room) to begin on 11/9/06 through 11/18/06. Use of own federal government audiovisual technicians and equipment with daily lockable storage (5) Registration to be set-up outside of the General Session (three (3) 6? skirted tables with six chairs and two waste baskets). Payments for Part B (Meeting Space) shall be the processed by Government Purchase Card or Purchase Order. Part C: (1) Light refreshment for morning and afternoon breaks will be required from November 14, 2006, through November 18, 2006. (2) Monday Buffet dinner for 85ppl. to be negotiated for 11/13/06. (3) Friday banquet dinner for 120ppl. to be negotiated for 11/17/06. Reception for first 30 minutes before dinner. Menus are to be provided with the technical written proposal. Payments for Part C (1) shall be processed by direct billing to process a cashier?s check. Payments for Part C (2 & 3) shall be processed by Government Purchase Card or Purchase Order. Part D: 1. Other requirements: Disclosure of any hotel restaurant inclusive or reduced meals/breaks. A variety of restaurants 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, 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. 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 232-10 Availability of Funds for the Next Fiscal Year. FAR 52.232-18 Availability of Funds. FAR 52. 232-18 is incorporated by reference ?Funds Are Not Presently Available For Performance Under This Contract Beyond September 30, 2006?; 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 Susie L. Riedthaler, Event Manager/Contracting Officer, Department of Veterans Affairs, Employee Education System, 550 Foothill Drive, Suite 100, Salt Lake City, UT, 84113. Phone 801-924-6842, Fax 801-924-6806 or 6811, or email Susie.Riedthaler@va.gov. Faxed proposals will be accepted. Closing date for receipt of proposals is Wednesday, August 9, 2006 at 3pm CT.
 
Record
SN01102967-W 20060803/060801220550 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.