Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2007 FBO #1949
MODIFICATION

X -- USPTO Hotel and Conference Space Requirement

Notice Date
3/27/2007
 
Notice Type
Modification
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Commerce, Patent and Trademark Office (PTO), Office of Procurement, P. O. Box 1450 - Mail Stop 6 600 Dulany Street, MDE, 7th Floor, Alexandria, VA, 22313-1450, UNITED STATES
 
ZIP Code
22313-1450
 
Solicitation Number
PROC070Managers
 
Response Due
4/3/2007
 
Archive Date
4/18/2007
 
Point of Contact
Karen Oettinger, Contracting Officer, Phone 571-272-5603, Fax 571-273-5603,
 
E-Mail Address
karen.oettinger@uspto.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR 13.5, as supplemented with additional information included in this notice. The United States Patent and Trademark Office (USPTO) has a need for sleeping rooms, food and beverage, audio-visual equipment and services, and conference space, including space for working meals, for attendees of the Managers Training Workshop. The training workshop will be broken up into two groups, with one overlap day. Dates that are acceptable for the workshop are any three day combination (weekdays) July 30-October 19, 2007. Participants include managers from across the USPTO. This announcement incorporates FAR provisions and clauses in effect through FAR FAC 2005-15 and constitutes the only solicitation; a written solicitation will not be issued. NAICS Code 721110. The solicitation number is PROC070Managers. The solicitation is issued as a Request for Quote (RFQ). The requirements will be fulfilled using the Simplified Acquisition procedures, FAR Part 13. The period of performance is two, two-day training workshops. Place of performance is to be no further than 150 miles from USPTO Headquarters in Alexandria, VA. To be eligible for award under this solicitation, the offeror must propose 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.dhs.gov/applications/hotel/ and must be registered on the Central Contractor Registration website (www.ccr.gov). This solicitation is for a property to host the event; event-planning services are neither requested nor required. Requirements: Anticipated Number of Guest Rooms: Four hundred five (405) guest rooms (single occupancy) on day one, with check out on day two. Four hundred five (405) guest rooms (single occupancy) on day two, with check out on day three. Twenty-five guest rooms the night before the start of the conference. Rooms will be paid for on the USPTO Master Account. Incidentals are the responsibility of all individual attendees. Conference Meeting Room and Food and Beverage: All meeting space is required for the duration of the training workshop, and must be placed on a 24-hour hold. If possible, it is requested that all meeting room space be made available on the afternoon/evening before day one to allow for the set up of audiovisual. A space to accommodate approximately 800 people in rounds of ten to twelve is required for the general session. A stage with a skirted dais is necessary to accommodate four speakers, as well as a podium with sound. All meals will take place in this space. On days one and three, five breakout rooms are required - four rooms to accommodate 100 people each in classroom or theater style, and one room to accommodate 30 people in rounds. On day two, eight breakout rooms are required - seven rooms to accommodate 100 people each in classroom or theater style and one room to accommodate 30 people in rounds. Alternate set ups will be considered if the breakout rooms cannot accommodate classroom or theater style. Breakout rooms should be in close proximity to the plenary/general session room, and there should be adequate space in the back of the rooms for staff and audiovisual. An office is required for the duration of the conference, as well as one day before the start of the conference. This space should be large enough to accommodate three laptops, a network laser printer, and a high-speed photocopier. At least five (5) skirted tables and eight (8) chairs, one (1) large trash can and two (2) smaller trashcans are to be placed in this room. There is also an anticipated need for an Internet caf? for the length of the conference. If possible, this room should be in close proximityession room and the breakout rooms. This space should be large enough to accommodate four (4) skirted tables with four (4) chairs and four (4) desktop computers/monitors running the Windows operating system and MS Office applications. Internet access is needed for all four (4) computers. Access to the equipment will be needed from 7 AM to 9 PM on days one and three and 7 AM to 3 PM on day two of the conference. Anticipated Food and Beverage for the workshop includes: Day One: Continental breakfast (400 people) Plated lunch (400 people) Break (400 people) Plated dinner (400 people) Day Two: Continental breakfast (800 people) Plated lunch (800 people) Break (800 people) Plated dinner (400 people) Day 3: Continental breakfast (400 people) Plated lunch (400 people) Audio Visual: The workshop requires audiovisual equipment and support. Aside from the equipment, personnel are needed to set up the site, be on-site throughout the three-day event to run the equipment and trouble shoot any problems that might arise during the workshop, as well as take down the site after the workshop. Due to the large amount of AV, it is desirable to set up the meeting rooms the afternoon or evening before day one of the event. The AV requirements for this program may include, but is not limited to: AUDIO VISUAL REQUIREMENTS (subject to change) General Session: 2 Screen with Dress Kit 2 Projector (10,000 lumens) 1 Wireless Cue Lite - Mouse/Slide advancer 1 Laptop (with Windows operating system, MS Office and ability to read CDROM, DVD) 1 Mixer 1 Sound system 1 Computer audio hook-up 4 Table microphones for stage panel 1 Podium with microphone 2 Floor microphones with stands 4 Lapel microphones 1 Internet connection Breakout Rooms: 8 Computer audio hook-up 16 Table microphones for stage panel 8 Podium with microphone 16 Lapel microphones 8 Screen with Dress Kit 8 Projector (2000 lumens) 8 Wireless Cue Lite - Mouse/Slide advancer 8 Laptop (with Windows operating system, MS Office, and ability to read CDROM, DVD) 8 Internet connection 16 Easel pads, flip chart stands, easel markers 8 Sound System 8 Mixer Office: 3 Laptop (with Windows operating system, MS Office, and ability to read CDROM, DVD) 1 Network laser printer 1 Photocopier (with ability to copy double sided documents, collate, staple, 3-hole punch) and supplies, including toner and paper 3 Internet connection Internet Cafe: 4 Desktop computer (with Windows operating system, MS Office and ability to read CDROM, DVD) 1 Network laser printer 4 Internet connection Selection Factors: The Government will make an award resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate quotes: 1. Quality of property. This includes, but is not limited to, hotel layout, location, ease or access and security, cleanliness, ability to meet AV requirements, etc. 2. Past Performance in hosting similar events of this size and type. 3. Total price for lodging, food and beverage, conference rooms, IT/AV. Flexible attrition and cancellation terms will also be considered when looking at price. Price is less important than the other 2 factors combined. The following clauses apply to this acquisition: 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items: 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 (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (June 1998), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003). Your response must include proposed dates, past performance information, and pricing for conference and sleeping rooms, as well as food and beverage and AV. If sending an AV pricing sheet, please also price the AV requirements listed in this RFQ. The breakdown of conference room space (layout, capacity, etc.) and sample menus should be included, as well as any additional information the contractor desires to submit. The selected hotel must be registered in CCR and accept a Government purchase order. The USPTO reserves the right to do a site visit for any property proposed and to consider information gathered in the site visit in making a selection decision. Offerors shall submit their quotations via email to Karen.Oettinger@uspto.gov. The due date for receipt of quotations is 5:00 PM, April 3, 2007. The point of contact for this solicitation is Karen Oettinger, 571-272-5603 or Karen.Oettinger@uspto.gov. This solicitation shall not be construed as a commitment of any kind. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-MAR-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOC/PTO/OPDC20220/PROC070Managers/listing.html)
 
Record
SN01260593-F 20070329/070327223109 (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.