Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2007 FBO #1991
SOLICITATION NOTICE

X -- Benefits Officers Training Conference Facilities

Notice Date
5/8/2007
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting Group, 1900 E Street, N.W., Room 1342, Washington, DC, 20415-7710, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
OPM003-07-Q-0022
 
Response Due
5/11/2007
 
Archive Date
5/26/2007
 
Description
This is a combined synopsis/solicitation to negotiate a Firm Fixed Price contract for Hotel Accommodations, Meeting Space, Continental Breakfast, Audio and Visual Equipment and a Banquet Dinner. The period of performance for this requirement is May 21 -25, 2007. The hotel must be within the Pittsburgh, PA city limits to accommodate the tours to the Retirement Operations Center located in Boyers, PA, which is part of the training curriculum. The Office of Personnel Management (OPM) requires approximately 225 room nights for Sunday through Wednesday and 100 room nights on Thursday, specified conference needs described below, and lodging rates within the stated Federal Government per diem per Federal Travel Regulations or best rate available. The Benefits Officers Training and Development Group (BOTDG) will be conducting 21 training workshops for the Federal agency human resources specialist. Attendance will be for approximately 300 to 325 people. The hotel must also meet the specified requirements outlined below: 1. The facility must have a ballroom for general sessions and 6 training rooms throughout the training period with room for a speaker's area and any needed audio visual equipment in each room. All rooms for training classes must be well lighted, well ventilated, free from distracting noise such as noise from traffic or other guests in corridors, and accessible to the handicapped. These rooms must comfortably seat the audience in classroom style (or other configuration) at tables or individual seating that gives attendees a surface for a notebook and note taking. Chairs with arms are preferred, and must be comfortable for long sessions. The rooms equipped with separate controls for heat, air, light, and sound is preferred, and they should accommodate overhead projectors and/or computer projection system screens. The rooms should contain sound, even if microphones are used, so that other sessions are not disturbed. The tables used in the training sessions must have cloth covering. Training rooms must accommodate 40-45 people, classroom style. Classrooms in the same contiguous area are preferred. The facility must have a lobby or other open area close to the training area for registration and breaks. The facility must be willing to make the training site non-smoking during the days that the training is in session. 2. The facility must guarantee a block of rooms for overnight accommodations for the participants at government rates. THE FACILITY MUST BE FULLY ACCESSIBLE TO THE HANDICAPPED. The rooms must have air conditioning, private baths, telephones, TV's, etc. Guest room requirements are: 2.1. The facility must guarantee a block of overnight accommodations for estimated 225 rooms on the evenings of the day preceding day 1 and days 1, 2, 3 and 4 for attendees, plus about 25 OPM staff and instructors. 2.2. Accommodations for all participants must be at the contractor's facility. Attendees are responsible for making their own room arrangements. OPM staff and instructor accommodations will be made from a rooming list, however, staff and instructors will be responsible for payment of their rooms. 2.3. Attendees will be responsible for making and paying for their room arrangements. OPM staff and instructor accommodations will be arranged by OPM. OPM will provide the contractor facility with a list of the names of staff and instructors for overnight accommodations. 2.4. The facility should be located in downtown Pittsburgh, be a full-service hotel, and be near outside entertainment (restaurants, shopping, movie theaters, etc.). 3. The contractor should provide: 3.1. Continental breakfast each morning consisting of rolls, danish, bagels, fruit, juice, coffee (regular and decaffeinated), and tea. OPM will be responsible for the payment for these breakfasts. 3.2. Mid-morning and mid-afternoon breaks. Coffee breaks should include coffee (regular and decaffeinated), hot tea, and sodas in the mornings and an assortment of beverages; such as, hot tea, iced tea, lemonade, soda, water, and a snack in the afternoon. OPM will be responsible for the payment for these break refreshments. 4. A range of readily-available eating options (within the Government per diem allowance) at the facility or area adjacent to the facility must be available to accommodate: 4.1. All participants and instructors for lunch (within the 1-hour lunch break) and dinner during the entire training period (the participants/instructors will be responsible for paying for these meals). 5. The facility must have a registration area adjacent to the training rooms to accommodate registration for the training participants. The area must include proper wiring for a computer, printer, and any other office equipment needed for registration. House telephones must be located at one of the registration tables and a message board must be near the telephones. The registration area must also be large enough to accommodate registration that should be composed of two six-foot tables side by side and up to 4 chairs. The tables must have cloth covering. The lobby or other open area with informal seating needs to be available where training attendees can meet informally for networking before or after training sessions. 6. Rooms for OPM staff use are required as follows: 6.1. One room with outside phone line for use as an office during the entire week. 6.2. One storage room or other room large enough to accommodate 100-125 boxes of training materials and supplies. This room should be available 4 calendar days prior to the opening of the training for receipt and storage of the materials. 7. Equipment needs for each training room are anticipated to be: podium with microphone; screen; tables for equipment setup; easels with pads and markers; and an easel outside each room for signage. This equipment needs to be available the entire four days of the training. The exact quantity and mix of training equipment will be supplied before the training begins. For price comparisons, see attached example of typical equipment needs. 8. Parking should be available for attendees and OPM staff. The Government's preference is for free parking or, at a minimum, reduced rate parking. 9. Contractor facility must have Business Center accommodations or other such service available to participants for mailing training materials back to their offices. This could include FedEx service or other mail service complete with packaging equipment (envelopes, boxes, labels, tape, etc.). Many participants attend four separate workshops during the training week and can receive four rather large notebooks of materials. 10. Consideration will be given to offerors who include additional services or discounts as part of this contract. All sleeping rooms must be in the same building. Conference package prices not included. Each item must be priced out separately. This Request for Quotations (RFQ) is in accordance with Federal Acquisition Regulation (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 provisions and clauses in effect through FAR Circular 2005-16. This synopsis/solicitation is unrestricted to both large and small business, and constitutes the only solicitation that will be issued. The applicable NAICS Code is 721110 and the small business size standard is $6 million. A response to the requirements of this solicitation shall be submitted on letterhead and must address all requirements listed in a separate technical proposal. A Hotel Contract shall be submitted with your 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 American with Disabilities Act (Public Law 101-336) 42 U.S.C. 12101 ET. Seq.). Hotel Lodging - (1a) 225 sleeping rooms for participants and check-in on Sunday May 20, 2007 with check-out Friday, May 25, 2007. The 225 rooms must be individual/private-sleeping rooms with private toilet facilities at government per diem rate for Pittsburgh, PA. Award will be made to the offer or determined to be the Best Value to the Government in accordance with FAR 52.212-2 Evaluation - Commercial Items. Award may be made with or without discussions with the offeror(s). Technical proposals will be evaluated on the following factors listed in descending order of importance: 1. Conference Facility; 2. Location; 3. Overnight Facilities; 4. Past Performance; 5. Food Service, and 6. Price. Technical evaluation factors are more important than price. The BOTDG reserves the right to conduct an on-site inspection of offered facilities. Prices will be evaluated in terms of cost for accommodations, service and food. 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. Any offer that does not meet the solicitation requirements may 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 same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available. Also, the full text of a clause may be accessed electronically at this web address: http://www.arnet.gov/far. FAR Clauses incorporated by reference are as follows: 52.212-1 Instructions to Offerors - Commercial Items; 52.212-2 Evaluation - Commercial Items; 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. Proposals shall include all information required in 52.212-1, Schedule of Prices Offered, and a completed copy of provision 52-212-3. Proposals shall be submitted electronically to Toni Campbell at Antoinette.Campbell@opm.gov. Closing date for receipt of proposals is Friday May 11, 2007, 3:00 pm EST.
 
Place of Performance
Address: Pittsburgh, PA, Country: U.S.A.,
Zip Code: 15219
Country: UNITED STATES
 
Record
SN01290074-W 20070510/070508221410 (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.