Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2007 FBO #2000
MODIFICATION

99 -- Hotel Accommodations, Conference Space Rental,and Hotel Services

Notice Date
5/17/2007
 
Notice Type
Modification
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Veterans Affairs;VA Central Office;Acquisition Operations Service (049A3);810 Vermont Avenue, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA-101-07-RQ-0343
 
Response Due
6/1/2007
 
Archive Date
7/31/2007
 
Point of Contact
Dan Smith, Contract Specialist 202-273-4557 smith.daniel7@va.gov
 
Description
Description This solicitation is updated to correct the POC information. All other detail remains the same: This is a combined synopsis/solicitation to negotiate a Firm Fixed Price type contract for Hotel Accommodations, Conference Space Rental, and Hotel Services located in the geographic area: Orlando, Florida.   Request for Quote VA-101-07-RQ-0343 is in accordance with FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 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, 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.  (Again, 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.) This effort is under NAICS Code 721110 and the small business size standard is $6 million. This announcement/solicitation is unrestricted. The Period of Performance for this requirement is September 17th - 21st using approximately 260 sleeping rooms (65x4) and required meeting space.  The Department of Veteran Affairs, Office of Resolution Management (ORM), is sponsoring a training conference for its counselors.    The hotel must accommodate 65 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 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 price and technical proposal, which shall include descriptive literature of sleeping rooms, meeting room space, diagrams and square footage, information (availability/cost) on amenities of hotel, i.e., parking, shuttle services, transportation to/from airport, menus. 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. 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. 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. 12101 et. Seq.). The hotel facility must accommodate an estimated 65 attendees with the following needs: Part A: Hotel Lodging- 65 sleeping rooms on September 17, 18, 19, and 20, 2007; group will check out on September 21, 2007. Rooms must be individual/private sleeping rooms with toilet facilities at or below the applicable government per diem rate: Orlando, Florida ($89.00). The Government intends to sign a master contract for all general expenses of this conference. Individual attendees will be responsible for incidental expenses they incur.  Part B: Meeting Space- (1) General Session Meeting Room to be held on a 24-hours basis starting with set-up for room and AV equipment on Tuesday, September 18, 2007, beginning at 7:00 am through Friday, September 21, 2007, at 1:00 pm. Set for 65 in classroom style with head table and podium. No pillars/posts should obstruct view. (2) Three breakout rooms to accommodate 15 persons each in crescent round with projector screen and power. Meeting rooms must be in the same facility as the sleeping rooms. (3) All meeting space and public areas of the facility MUST be ADA compliant.  (4) The following audiovisual equipment and materials must be provided: 1 projector screen (10'), 3 projector screens for breakout rooms, 1 projector stand, 3 projector stands for breakout rooms, 1 podium microphone, wired w/cabling and extension, 4 flipcharts. Part C: Catering- Anticipate Continental breakfast and light refreshments for morning and afternoon breaks for September 18, 19 and 20. Anticipate Continental breakfast and light refreshments for morning break for September 21, 2007. Federal Government policy does not permit a guaranteed amount of food and beverage revenue.  Part D: Location Requirements:  (1) There must be a variety of restaurants within walking distance (not to exceed 4 normal blocks) in a safe area.   NOTE: The Government reserves the right to hire an outside audiovisual company without any penalties incurred as part of the fair practice procurement regulations. 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, cancellation and attrition, and 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. For a technical 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.  An offer which requires the Government to execute a separate agreement with a third-party hotel shall be deemed technically unacceptable.)  Any offer that does not meet the solicitation requirements will not be considered.  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://acquisition.gov/comp/far/index.html (FAR) and http://www1.va.gov/oamm/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 like size 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 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 Dan Smith, daniel.smith7@va.gov. Faxed proposals will not be accepted.     Closing date for receipt of proposals is Friday, June 1, 2007 at 3:00 PM EDT. Point of Contact - Dan Smith, Contract Specialist, 202-273-4557, e-mail: daniel.smith7@va.gov. The assigned Contracting Officer is Christopher Burroughs, e-mail chris.burroughs@va.gov.
 
Record
SN01296699-W 20070519/070517220744 (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.