Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2007 FBO #1907
SOLICITATION NOTICE

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

Notice Date
2/13/2007
 
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
777-07-H162
 
Response Due
2/27/2007
 
Archive Date
3/29/2007
 
Small Business Set-Aside
N/A
 
Description
Description: This is a combined synopsis/solicitation to negotiate a Firm Fixed Price type contract for Hotel Accommodations, Conference Space, and Hotel Services in Washington, DC. Request for proposal 777-07-H162 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 FAR provisions and clauses in effect through FAR FAC 2005-14, effective November 22, 2006 and VAAR 97-10. NAICS Code 721110 and the small business size standard is $6.5 million. The BOS announcement/solicitation is solicited unrestricted and constitutes the only bid document that will be issued. The Period of Performance for this requirement is July 24-26, 2007 (approximately 525 sleeping room nights and required meeting space). Department of Veterans Affairs, Employee Education System (EES) is sponsoring a training conference Integrating Pallative Care. The hotel must accommodate approximately 525 sleeping room nights (based on 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 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 technical and price proposal, along with descriptive literature to include sleeping rooms, meeting room space, diagrams and square footage, and menus. To be eligible for award under this solicitation, the offeror must propose for use a facility that is compliant with the requirements of the Hotel and Motel Fire Safety Act of 1990 (Public Law 101-391)(15 U.S.C. 2201 et. Seq.) and is listed on the U.S. Fire Administration Hotel and Motel National Master List found at http://www.usfa.fema.gov/hotel/search.cfm. Offers proposing facilities that are not listed will be rejected as non-responsive. In addition, the offeror?s facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12010 et. seq.). In accordance with FAR 52.204-7 Central Contract Registration (Oct 2003), contractors are required to register in the Central Contract Registration (CCR) database http://www.ccr.gov prior to award of any contract. The hotel facility is to be located in the Washington, DC metro area and must accommodate attendees with the following needs: Part A: Hotel Lodging 07/23/07 ? 175 sleeping rooms, 07/24/07 ? 175 sleeping rooms, 07/25/07 ? 175 sleeping rooms and 07/26/07 ? 2 sleeping rooms. Rooms must be individual/private ?sleeping rooms with toilet facilities at or below the current government per diem rate for Washington, DC ($162). Payments for Part A shall be the sole responsibility of each participant, to include no-show fees. Part B: Meeting Space ? (1) (a) Lockable office/storage room, large enough for small meetings plus storage for conference materials, room must be available at 6:00pm on 07/23/07 and on 24-hour hold through conclusion of conference, approximately 2:00pm on 07/26/07. (b) Registration area is to be set up near/adjacent to general session room ? two (2) 6? tables skirted with two skinny tables behind for conference materials, two chairs and two waste receptacles. Registration area is to be set up/available by 5:00am on 07/24/07 and to remain same through conclusion of conference, approximately 2:00pm on 07/26/07. (c) Meeting Space ? July 24-26, 2007 - General Session Room ? room large enough to accommodate 210 ppl set classroom/chevron style, separate staff table in rear of room with seating for three (3), panel table on riser with seating for six (6) - anticipate rear screen projection. Room is to be set/available by 8:00am on 07/24/07 and on 24-hour hold through conclusion of conference, approximately 1:00pm on 07/26/07. Breakout rooms ? 3 (three) ? 7/25/07 ? 8:00am ? 6:00pm - breakout rooms large enough to accommodate 55 ppl set classroom style with panel table in front of room with seating for three (3), 7/26/07 ? 3 (three) breakout rooms ? 7:30am ? 11:00am ? breakout rooms to be large enough to accommodate 55 ppl set classroom style with panel table in front of room with seating for three (3). Part C: Anticipate light refreshments 07/24/07 ? 07/26/07. Please provide menus and prices. **The Federal Government policy does not permit a guaranteed amount of food and beverage revenue.** Part D: 1. Other Requirements: variety of restaurants within walking distance (not to exceed 4 normal blocks) in safe area or there should be easily accessible transportation to restaurants. Proposal must indicate whether hotel agrees to the right of DVA to use their own audiovisual equipment and if there is a cost incurred for connection to hotel sound system with use of own equipment. NOTE: Government reserves the right to hire an outside audio visual company without any penalties incurred as part of the fair practice procurement regulations. All proposals submitted in response to 777-07-H162 shall remain valid for thirty (30) days to accommodate possible legal reviews. 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 separately from the technical proposal and will be evaluated in terms of cost for accommodations and service, cancellation and attrition, 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. The technical proposal submitted by an offeror that is not a hotel must describe the technical approach for the offeror?s services as the prime contractor and must also include a copy of insurance and all necessary licenses in order to be considered a complete technical proposal. Therefore, that offeror must describe in its proposal the technical approach for the offeror?s services as a prime contactor 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 that requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable.) Any offeror who 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://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 (40% weighted); 2. Location (30% weighted); 3. Experience with large conferences (30% weighted), 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 Representation 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: Kimberley Kapica, Event Manager/Contracting Officer EES (00E) 5901 E. 7th Street Long Beach, CA 90822 Phone (562) 826-5505 ext. 2334 FAX (562) 826-5453 or 5785 Email: Kimberley.kapica@va.gov Faxed proposals will be accepted. Closing date for receipt of proposals is Tuesday, February 27, 2007, 10:00am CT.
 
Record
SN01231149-W 20070215/070213220348 (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.