Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2007 FBO #2089
SOLICITATION NOTICE

V -- Conference Space Rental and Hotel Services

Notice Date
8/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Veterans Affairs;Education SVC;1615 Woodward Street;Austin TX 78772
 
ZIP Code
78772
 
Solicitation Number
VA-777-07-RP-0061
 
Response Due
8/24/2007
 
Archive Date
10/23/2007
 
Small Business Set-Aside
N/A
 
Description
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 areas: Denver, CO or Phoenix, AZ or San Diego, CA. Request for Proposal V777-07-RP-0061 is in accordance with FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items. 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 which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable.) This announcement incorporates FAR provisions and clauses in effect through FAR FAC 2005-18, Effective June 30, 2007 and VAAR 97-10. NAICS Code 721110 and the small business size standard is $6 million. This BOS announcement/solicitation is solicited unrestricted and constitutes the only bid document that will be issued. The Period of Performance for this requirement is November 26-30, 2007 (approximately 90 sleeping rooms, and required meeting space). No other dates will be considered at this time. The Department of Veteran Affairs, Employee Education System (EES) is sponsoring a training conference on the topic of "Integrated Ethics Workshop 1 and 2". The hotel must accommodate 85 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 separate written solicitation document will not be issued. 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 technical and price proposal, along with descriptive literature to include 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 90 attendees with the following needs: Part A: Hotel Lodging- (1a) 80 sleeping rooms on Monday, November 26, 2007; increasing to 90 sleep room Tuesday, November 27; 100 sleep rooms on Wednesday, November 28; 90 sleep room Thursday, November 29, 2007; 5 sleeping rooms on Friday, November 30, 2007; group will check out on Saturday, December 1, 2007. Rooms must be individual/private sleeping rooms with toilet facilities at government per diem rate for Denver, CO ($140.00) - 1st choice location or government seasonal per diem rate for Phoenix, AZ ($102.00) - 2nd choice location or government per diem rate for San Diego, CA ($139.00) - 3rd choice location. Payments for Part A shall be the sole responsibility of each participant, to include no-shows fee. Part B: (Item 1) Meeting Space-General Session Meeting Room to be held on a 24 hours basis starting with set-up for room and AV equipment on Monday, November 26, 2007 beginning at 7:00 am through Friday, November 30, 2007 at 1:30 pm. Set for 90 classroom seating style with 1 center and 2 side aisles with front projection screen plus other audiovisuals with a lighted podium plus panel table for 6 people beside the podium on a low stage riser with steps and a safety handrail. There also needs to be a designated staff table for 3 people in the back of the room and a designated faculty table in the back of the room for 4 people. Approximately 1400-2100 sq ft room with no pillars/posts to obstruct view is required. (Item 2) Breakout Rooms: Three (3) breakouts needed. These rooms are needed in addition to the General Session mtg room (total of 4 meeting rooms combined). These three Breakout rooms are needed on a 24-hour basis from 1:00 pm on Tuesday, November 27 until 1:00 pm on Friday, November 30, 2007. - Each room will need to accommodate no less than 30 attendees set in U-shape seating with aisles on sides plus a head table and podium plus space for audiovisuals-front screen projection. Each of these breakout rooms should be no less than 1050 sq ft without pillars to obstruct the view. (Item 3) Registration Area - starting on Tuesday at 10:00 am (set-up) through Friday at 2:00 pm Preference for registration area is outside the General Session classroom. There should be three or four {3 or 4} 6-ft tables with skirting set in a U-shape, one 6 ft skirted table for materials behind the four six foot tables and 2-3 chairs will be needed in this area plus a large trash can. However, if there is an available registration desk near the general session room, this would also be acceptable, but, it will need to be keyed for designated meeting staff only. All meeting space and public areas of facility MUST be ADA compliant. Part C: Anticipate light refreshment for morning and afternoon breaks on Tuesday, morning break only on Wednesday for Workshop 1; morning and afternoon breaks on Thursday and a morning break only on Friday for Workshop 2, please provide Menus and Prices. The Federal Government policy does not permit a guaranteed amount of food and beverage revenue. Part D: Location Requirements: 1. Variety of restaurants with walking distance (not to exceed 4 normal blocks) in safe area. 2. Walking distance in safe area or complimentary shuttle to nearby eating facilities. Proposal must indicate whether the hotel agrees to the right of DVA to use their own audiovisual equipment and if there is a cost incurred for connection to hotel sound system with use of own equipment. NOTE: 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, 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. (This is not a solicitation for Event Planning Services. An offer which requires for 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 be rejected as nonresponsive. 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://www.arnet.gov/far (FAR) and http://www.va.govoa&mm/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 (40% weighted); 2. Location (30% weighted); 3. Experience with large conferences (30% weighted), 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 Elizabeth (Beth) Buchholz, Event Manger/Contracting Officer, VA EES, 950 22nd Street North-Suite 500, Birmingham, AL 35203-5300. Phone: 205-731-1812 x 305, FAX: 205-731-1821, email: Beth.Buchholz@VA.GOV . Faxed proposals will be accepted. Closing date for receipt of proposals is Friday, August 24, 2007 at 3:00 PM CT.
 
Record
SN01371900-W 20070816/070814220907 (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.