Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2007 FBO #2103
SOLICITATION NOTICE

X -- Exchange Program

Notice Date
8/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
National Labor Relations Board, Division of Administration, Procurement and Facilities Branch, 1099 14th Street, N.W., Washington, DC, 20570, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NLRB-2007ExchangeProgram
 
Response Due
8/31/2007
 
Archive Date
9/3/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested by this notice alone, and a written solicitation will not be issued. This synopsis/solicitation is issued as a Request for Quotations for Hotel Guest Rooms accommodation to facilitate incoming National Labor Relations Board (NLRB) personnel to participate in four separate weekly Exchange Programs with the first attendants arriving on September 3, 2007, and the last Program ending date is September 27, 2007. 1.0 DESCRIPTION The National Labor Relations Board has a requirement for the following guest rooms accommodation and related services for the Supervisor/Managers/Instructor/Professional Exchange Program, to be held from September 3, 2007 through September 27, 2007, for a combined total of nineteen (19) personnel over the course of four weeks. 2.0 LOCATION The Hotel shall be located within a two blocks radius to the NLRB Headquarters Office, located at 1099 14th Street, NW, Washington, DC 20005, and within walking distance of a wide variety of restaurants, sightseeing opportunities, etc., as the personnel participating in the programs will generally not have rental cars. Hotel location, accommodations, and amenities will be a dominant factor in the award selection. 3.0 LODGING The contractor shall provide the following standard guest rooms, space, and services for the NLRB participants. The standard room rate charged by the Hotel shall be at or below the Maximum Lodging Allowance specified by the U.S. Government's Travel Regulations for per diem in the Washington, DC area. Current U.S. Government per diem rates can be found under Travel Resources at the following Internet address: http://www.gsa.gov 3.1. The Hotel shall provide approximately 19 standard guest rooms, bed and room sizes may vary. Program participants will generally be checking in on Monday, September 3, 2007 and checking out on Friday, September 28, 2007. A late check out time is desirable for Program participants that will be checking out on Friday, September 7th, 14th, 21st, and 28th, 2007. A final rooming list will be provided to the Hotel selected for the award no later than 5:00 pm eastern standard time on Friday, August 30, 2007; however, participant substitutions will be permissible up to the seminar start date of September 3, 2007. Individual miscellaneous expenses (i.e., mini-bar, laundry, room service, internet fees, movies, etc.) will be the responsibility of each participant. Each participant will provide their own credit cards, or method of payment at check-in to cover miscellaneous expenses charged to their rooms. 3.2. Guest rooms shall be made available to NLRB participants at the contracted room rate (at or below U.S. Government per diem) at least one day prior to the general check-in date. Participants checking in prior to September 3, 2007, or staying later than the check out date of September 28, 2007, will be responsible for payment of any additional room nights, unless the hotel is notified in advance that the Government will be covering the cost of the additional stay under the purchase order. 3.3. Quotations are to include the hotel pricing policy for extra adults and/or children sharing the same room. Any expenses for additional adults and/or children above the contracted room rate will be the responsibility of each attendee. Individual participants will provide their own credit cards or method of payment at check-in to cover additional charges (if applicable) for extra adults and/or children. 4.0 EVALUATION OF QUOTATIONS 4.1. Quotations will be evaluated based on which Hotel offers the Best Value to the NLRB, considering both technical factors and price. All factors other than cost or price, when combinted are significantly more important than cost or price. The primary technical considerations will be whether the rooms, services, and equipment meet the stated requirements and are suitable for the intended purpose. This includes the Hotel location, accommodation, and amenities, which will be a dominant factor in award selection as stated in Section 2.0. Generally, technical considerations will be slightly more important overall than price. However, if technical considerations are determined to be similar (not significantly distinguishable), then price will have greater significance in award selection. Total Price will be determined by computing the aggregate sum of all line item prices. 4.2. Site Visit. As part of the technical evaluation, the NLRB reserves the right to conduct a site visit at each of the hotels that submits a quotation. If a site visit is conducted, it will consist of one or more NLRB representatives meeting with the appropriate hotel staff, in order to evaluate the Hotel guest rooms for suitable accommodation. 5.0 CANCELLATION The Government reserves the right to a no-cost cancellation of this purchase order in the event/occurrence of unforeseen unusual circumstances, including, but not limited to natural disasters, that make holding the seminar impractical/impossible. 6.0 PRICING AND PAYMENT The Hotel shall provide in the quotation firm-fixed-prices for each of the items required above, or state no charge if the hotel is providing an item gratis. Prices shall include (and indicate) all fees associated with the services. The invoice is not to include any extra charges (i.e., charges not specifically covered by the purchase order). This purchase order will be a firm-fixed-price. All prices shall be in U.S. dollars, and payments will be made to the Contractor in U.S. dollars within thirty (30) calendar days after receipt of an approved invoice. 7.0. REQUEST FOR QUOTATIONS (RFQ) This solicitation number, NLRB-2007 Exchange Program, is issued as an RFQ under Subpart 12.6 of the Federal Acquisition Regulation (FAR). This is a solicitation document incorporating FAR clauses and provisions that are in effect through Federal Acquisition Circular 2005-19. 8.0. SOLICITATION CLAUSES/PROVISIONS 8.1. FAR Clauses/Provisions: The clause at FAR 52.212-1, Instructions to Offerors--Commercial Items (SEP 2006), applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items (dated NOV 2006) applies to this acquisition. A completed, signed copy of this provision shall be submitted with any quotation, or a statement that the required certifications have been completed on the ORCA web site. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items (dated FEB 2007) applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (dated JUN 2007) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.222-3, Convict Labor (JUN 2003); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006); and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003). 9.0. The daily room rate per guest room shall be quoted as a fixed price. The following clauses, incorporated into the solicitation by reference, are applicable to Section 3.0 (Lodging): 9.1. Notice: This is an unrestricted acquisition using commercial item procedures in FAR Part 12. The applicable NAICS code is 721110, size standard is $6.5 million. 10.0. DEADLINE QUOTATIONS ARE DUE by 4:00 p.m., August 31, 2007, local (Washington, DC U.S.) time, via e-mail, fax, or mail. Identify your quotation as a response to solicitation number NLRB-2007 Exchange Program. Mail to Andrew Steed, Contract Specialist, National Labor Relations Board, 1099 14th Street, NW - Suite 6100, Washington, DC 20005-3419, or e-mail to: andrew.steed@nlrb.gov with a courtesy copy to TaLisa.Spottswood@nlrb.gov . E-mail is preferred. CAUTION: Complete quotations must be received at the location stated above by the required due date and time. Late quotations will be handled in accordance with FAR 52.212-1, paragraph (f). Point of Contact: Andrew Steed, Contract Specialist, and; TaLisa Spottswood, Contracting Officer Both contact persons can be reached at (202) 273-4210. Fax number is (202) 273-2849.
 
Place of Performance
Address: 1099 14th Street, NW, Washington, DC
Zip Code: 20005-3419
Country: UNITED STATES
 
Record
SN01388244-W 20070830/070828223017 (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.