Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2007 FBO #1915
SOLICITATION NOTICE

V -- Lodging/Conference Facilities for AnnualReadjustment Counseling Training in St. Louis, MO

Notice Date
2/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Veterans Affairs;VISN 15 Contracting Office (Eastern);VA Medical Center;#1 Jefferson Barracks Drive;St. Louis, MO 63125-4199
 
ZIP Code
63125-4199
 
Solicitation Number
VA-255-07-RQ-0145
 
Response Due
3/20/2007
 
Archive Date
4/19/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement/solicitation is solicited unrestricted and constitutes the only solicitation; quotations are being requested and written solicitation will not be issued. Solicitation VA-255-07-RQ-0145 is issued as a Request for Quotation. The North American Industry Classification System (NAICS) code for this acquisition is 721110. The VA Heartland Network 15 supporting the Office of Readjustment Counseling, St. Louis, Missouri, is seeking Lodging with on-site Conference Center facility to provide meeting space, overnight accommodations, available airport shuttle service, on-site restaurant, and audio visual equipment from June 4-8, 2007 and July 30-August 3, 2007 for the Annual Required Training for Readjustment Counseling Service. As a Federal Government entity, the VA is required to take maximum advantage of all applicable tax exemptions and must also limit charges to the Government Lodging and/or per diem rates for the area. This is not a solicitation for Event Planning Services. For a proposal submitted by an offeror that is not a hotel, the offeror, not the hotel, will 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). Requirements are as follows: ACCOMMODATIONS: The Contractor shall provide sleeping room nights (single room occupancy) at the Government per diem rate or less for: Session 1 - June 4 - 8, 2007 (4 nights) - Lodging for 60 participants Session 2 - July 30 - August 3, 2007 (4 nights) - Lodging for 80 participants Quotes shall be submitted as one all inclusive, firm-fixed per room rate. Session 1 (6/4-8/07) - Lodging Rate/Night $____________ (including all taxes and fees) Session 2 (7/30 - 8/3/07) - Lodging Rate/Night $_________(including all taxes and fees) One (1) complimentary suite for Program Director and/or Visiting Speaker is required for each session. If Offeror is willing to provide complimentary rooms, please identify the number of rooms in your proposal. CONFERENCE FACILITIES: The Contractor shall provide conference facilities as follows: Session 1 (June 4 - 8, 2007) One (1) Large Conference Room to accommodate 60 people in classroom configuration. One (1) Break-Out Room to accommodate 30 people for: Tuesday (6/5/07) afternoon (1:00 p.m. - 4:00 p.m. )* Wednesday (6/6/07) morning (8:00 a.m. - 12:00 p.m.)* Thursday (6/7/07) entire day (8:00 a.m. to 4:00 p.m.)* *Times are approximate as agenda has yet to be finalized. Session 2 (July 30 - August 3, 2007) One (1) Large Conference Room to accommodate 80 people in theatre configuration One (1) Break-0ut Room to accommodate 40 people for: Tuesday (6/5/07) afternoon (1:00 p.m. - 4:00 p.m.)* Wednesday (6/6/07) morning (8:00 a.m. - 12:00 p.m.)* Thursday (6/7/07) entire day (8:00 a.m. to 4:00 p.m.)* *Times are approximate as agenda has yet to be finalized. AUDIO VISUAL EQUIPMENT REQUIREMENTS INCLUDE: High speed internet connectivity in all conference rooms. Projector Screens A wireless microphone and PA system for each conference room Lodging/Conference facility should be located within one (1) hour travel distance of the Lambert International Airport. Quotes shall be submitted as one all inclusive, firm-fixed per room rate for lodging. Conference rooms and audiovisual should be listed separately as part of the same quote or if such services will be provided free of charge. 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://usfa.fema.gov/hotel/search.cfm and the Central Contractor Registration (CCR) database found at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Offeror's 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. 1210 et.seq.) The VA reserves the right to fully inspect the offeror's facilities. Appropriate notice will be provided prior to such inspection. This solicitation document incorporates the following provisions and clauses which are in effect through Federal Acquisition Circular (FAC) 2005-15 and are available at http://www.acquisition.gov/comp/far/index.html(FAR) and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (VAAR): FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (Sep 2005) FAR 52-216-1 - Type of Contract (fill in Firm Fixed Price) (Apr 1984) VAAR 852-237-70 - Contractor Responsibilities (Apr 1984) FAR 52-212-5 - Contract Terms and Conditions required to Implement Statutes of Executive Orders - Commercial Items (Nov 2006), inclusive of: 52.222-3 - Convict Labor (June 2003); 52.222-19 - Child Labor - Cooperation with Authorities and Remedies (Jan 2006); 52.222-21 - Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006); 52.222-36 - Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.225-3 - Buy American Act - Free Trade Agreements - Israeli Trade Act (Jan 2006); 52.225-13 - Restrictions on Certain Foreign Purchases (Feb 2006); 52-232-34 - Payment by Electronic Funds Transfer - Other than Central Contractor Registration (May 1999); 52.222-41 Service Contract Act of 1965 as Amended (Jul 2005); 52.222-42 -Statement of Equivalent Rates for Federal Hires (May 1989); (Contracting Officer fill in) Employee Class Monetary Wage - Fringe Benefit Cook I (07041) WG6 $18.30 Cook II (07042) WG8 $21.00 Dishwasher (07070) WG2 $11.84 Waiter/Waitress (07250) WG3 $13.45 Elevator Operator (11060) WG2 $11.84 Laborer, Grounds Maintenance (11210) WG3 $13.45 Maid or Houseman (11240) WG1 $10.22 Cashier (99030) GS2 $10.09 Desk Clerk (I) (99050) GS4 $12.36 VAAR 852.270-4 - Commercial Advertising (Nov 1984) VAAR 852.203-71 - Display of VA Hotline Poster (Dec 1992) FAR 52.212-1 - Instructions to Offerors - Commercial Items (Jan 2005) FAR 52.233-2 - Service of Protest (Aug 1996) VAAR 852.233-70 - Protest Content (Jan 1998) VAAR 852.233-71 - Alternative Protest Procedure (Jan 1998) FAR 52-212-2 - Evaluation - Commercial Items (Jan 1999) FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Nov 2006) - Offeror shall complete annual representation and certifications electronically at http://orca.bpn.gov. 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. Evaluation factors listed in descending order of importance: (1) Size, quality of services, and accommodations; (2) Location; (3) Experience with large conferences and Past Performance. Size, quality of services, accommodations, location and experience with large conferences, when combined, are more important than price. All responsible sources that can meet the requirements and provide items as listed above may respond to this solicitation by submitting price and technical proposals, hotel contract and descriptive literature. Technical proposal should consist of literature describing rooms and services offered. Past Performance should include information for lodging and comprehensive meeting services provided for groups similar in both size and scope. 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 and must also include a copy of insurance and all necessary licenses 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 negotiated room rate shall not exceed the Government Travel reimbursement rate in effect at the time the services are rendered (per diem rate). Room rates shall be non-commissionable, net rates. All questions must be submitted via e-mail to Karen.Munroe@va.gov by March 20, 2007, 4:00 p.m. CST. Responsible firms may submit a written response to this notice. Oral proposals will not be accepted. The VA intends to award a firm-fixed price purchase order to the offeror whose proposal represents the best value to the Government, price and other factors considered. Submit all price, descriptive literature, technical proposals and hotel contract to Attn: Karen Munroe (90AA/JB), VA Medical Center, #1 Jefferson Barracks Drive, St. Louis, MO 63125. Proposals may also be faxed to 314-894-6589 or via e-mail to Karen.Munroe@va.gov. Confirmation that electronic (fax or e-mail) transmittal has been received is the responsibility of the Offeror.
 
Place of Performance
Address: VA Medical Center;#1 Jefferson Barracks Drive;St. Louis, MO
Zip Code: 63125-4199
Country: USA
 
Record
SN01235771-W 20070223/070221220430 (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.