Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2007 FBO #2014
SOLICITATION NOTICE

V -- VARO Hotel Accommodations - July

Notice Date
5/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Veterans Affairs;VA Denver Acquisition & Logistics Center;(791/905C);155 Van Gordon St;Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
VA-791-07-RQ-0066
 
Response Due
6/5/2007
 
Archive Date
8/4/2007
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is issued as a Request for Quotation (RFQ) from the Veteran's Administration, Denver Acquisition and Logistics Center (DALC). It is numbered VA-791-07-RQ-0066. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-12. This procurement is a full and open competitive requirement for offerors possessing all necessary base, local, state, and federal licensing, certification, and accreditation requirements. NAICS Code: 721110 Small Business Size Standard: $6.5 million Set-Aside: None Line Item 1: Hotel accommodations for VA Challenge V Training Program instructors and attendees to be held at the Denver VA Regional Office in July and August 2007. 4. Description: The contractor will provide rooms for a total of 28 participants. Three (3) rooms will be reserved for instructors for 23 nights beginning July 25, 2007, through August 17, 2007, which will be the checkout date. Twenty-five (25) rooms will be reserved for class attendees for 19 nights beginning July 29, 2007, through August 17, 2007, with the 17th as the checkout date. The hotel shall meet the following requirements: A. Government rate or lower (not only determining factor) B. Compliance with the Americans with Disabilities Act C. Registered with Central Contractor Registration (OCR) D. Duns and Bradstreet number E. No penalty for rooms not used F. Availability to lodge all participants in one hotel for the entire training program G. On site self-laundry H. Microwaves, refrigerators and coffee makers in every room I. Restaurants on site or within 2 blocks of the hotel J. On site fitness center and/or privileges to a fitness center within 4 blocks of the hotel (transportation provided if needed) K. Within 1/2 mile of shopping and attractions or within 1/2 mile of public transportation to them L. No cost parking M. Can provide transportation to training site for those participants with special needs or in the event of inclement weather (Classes generally run from 8:00 am to 5:00 pm, but ending times will vary.) N. Hotel must be within walking distance of the training site (4 blocks) Date(s) and place(s) of delivery and acceptance DELIVERY INFORMATION Delivery schedule: In accordance with performance schedule of the contract. Delivery Address: VA DENVER REGIONAL OFFICE 155 VAN GORDON ST. LAKEWOOD, CO 80228 Delivery Period: June 6, 2007, through June 29, 2007, as stated in Paragraph 4. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and the following addenda apply: ADDENDA TO 52.212-1: Offerors are highly encouraged to submit offers via e-mail to russell.emery@va.gov, or offers may be faxed to (303)-914-5189. Multiple offers [ ] will [X] will not be accepted. The provision at 52.212-2, Evaluation-Commercial Items, will be used for this procurement. The following addenda to this provision are applicable: ADDENDA TO 52.212-2: The Government will award an order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. NOTE: Offerors are not required to submit the Representations and Certifications specified in this clause if your firm has registered online at Online Representations and Certifications Application (ORCA), located at http://orca.bpn.gov/publicsearch.aspx, and your information is available for Government review at this web site. Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition the following addenda are applicable to the clause: ADDENDA TO CLAUSE 52.212-4: CONTRACTOR REMITTANCE ADDRESS All payments by the Government to the contractor will be made in accordance with: 52.232-34, Payment by Electronic Funds Transfer -Other than Central Contractor Registration ADDENDA TO CLAUSE 52.212-4: INVOICE PROCEDURES All invoices from the Contractor must be mailed to: VA DENVER OFFICE Attn: Rebecca Sawyer-Smith 155 VAN GORDON ST., STE 560 LAKEWOOD, CO 80228 With a copy of the invoice mailed to: VA, DALC Attn: Russ Emery PO Box 25166 Lakewood, CO 80225-0166 Invoices submitted for payment will be completed in accordance with FAR 52.212-4(g). Invoices will be submitted upon completion of employee stay at the facility. ADDENDA TO CLAUSE 52.212-4: CONTRACT PAYMENT Method of payment for goods ordered under this contract will be made by Electronic Funds Transfer (EFT). Please complete the following: Does your company currently receive payments from the Department of Veterans Affairs through EFT? If awarded a contract, you must be registered to receive payments electronically. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause below are applicable to the acquisition: ADDENDA TO CLAUSE 52.212-5: The following clauses are applicable to this solicitation: 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 (Jun 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) 852.203-71 Display of VA Hotline Poster (a) Except as provided in paragraph (c) below, the Contractor shall display prominently in common work areas within business segments performing work under VA contracts, VA Hotline posters prepared by the VA Office of the Inspector General. (b) VA Hotline posters may be obtained from the VA Office of Inspector General (53E), P.O. Box 34647, Washington, DC 20043- 4647. (c) The Contractor need not comply with paragraph (a) above, if the Contractor has established a mechanism, such as a hotline, by which employees may report suspected instances of improper conduct, and instructions that encourage employees to make such reports. (End of Clause) 852.270-4 Commercial Advertising (NOV 1984) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) The following additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) are determined by the contracting officer to be necessary for this acquisition and are consistent with customary commercial practices. SPECIAL NOTE: The contractor must contact the Contracting Officer on all matters pertaining to administration. Only the Contracting Officer is authorized to make commitments or issue changes that will effect the price, quantity or delivery terms of the contract. A statement regarding the Defense Priorities and Allocations System (DPAS) and assigned rating, if applicable. DPAS Rating: S10 Numbered Notes. None. The date, time and place offers are due. Offers are due via e-mail, fax, or delivery on 17 May 2007, at 2:00PM local time. Offers must be submitted to: Normal Mail: Overnight: VA, DALC VA, DALC Attn: Russ Emery Attn: Russ Emery PO Box 25166 155 Van Gordon Street, Room 554 Lakewood, CO 80225-0166 Lakewood, CO 80228-1709 The name and telephone number of the individual to contact for information regarding the solicitation. GOVERNMENT POINT OF CONTACT: Agency: Department of Veterans Affairs/DALC Address: P.O. Box 25166 Denver, CO ZIP: 80225-0166 Primary Name: Russ Emery Title: Contracting Specialist E-Mail Address: russell.emery@va.gov Phone No. (303)-914-5441 Fax No.: (303)-914-5189 Secondary Name: Ray Blomquist Title: Contracting Officer E-Mail Address: ray.blomquist@va.gov Phone No. (303)-914-5187 Fax No.: (303)-914-5189
 
Record
SN01306354-W 20070602/070531220720 (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.