Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 25, 2007 FBO #2159
MODIFICATION

X -- 2008 Benefits Training Conference

Notice Date
10/23/2007
 
Notice Type
Modification
 
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
20415-7710
 
Solicitation Number
OPM0407Q0040
 
Response Due
11/6/2007
 
Archive Date
11/21/2007
 
Point of Contact
Vernon Cooper, Contract Specialist, Phone 202-606-4356, Fax 202-606-1464, - Sharon Phillips, Contracting Officer, Phone 202-606-2461, Fax 202-606-2630
 
E-Mail Address
vernon.cooper@opm.gov, sharon.phillips@opm.gov
 
Description
CLIN ITEM APRIL, MAY OR JUNE 2008 SERVICE QUANTITY UNIT PRICE AMOUNT 1001 Auditorium with stage and podium to accommodate 400 persons 1 for 5 days $_________ $_________ 1002 ?Breakout? rooms with approximately 45 person capacity 8 for 5 days $_________ $__________ 1003 Food Service for 350 Attendees per day 1003a Continental Breakfast Service 5 $_________ $__________ 1003b AM Break Service (AM and PM) 5 $_________ $__________ 1003d Reception Buffet Dinner 1 $_________ $_________ 1004 Audiovisual Services PROVIDE PRICE LISTS Since the final number of attendees is not known, please provide a cost per person for CLINs 1003a, 1003b, 1003c, 1003d and 1003e. The contractor shall provide audiovisual and information technology presentation support in the auditorium and breakout rooms. On call technical assistance is required during all program sessions. Please provide daily rental rates for the following items: Screen, Power strip, Two flip charts with easels and markers, Lapel Microphone, Podium with Microphone, LCD Projector, Overhead Projector (2) QUALITY ASSURANCE SURVEILLANCE PLAN (a) Introduction This Quality Assurance Surveillance Plan (QASP) was developed to evaluate Contractor actions while implementing this Performance-Based Work Statement. It is designed to provide an effective surveillance method of monitoring Contractor performance for each listed objective. This QASP is based on the premise that the Government desires to maintain a quality standard in the provision of all necessary supplies and services to ensure a successful conference. The Contractor, and not the Government, is responsible for all management and quality control actions to meet the terms of the contract. The role of the Government is to monitor quality assurance to ensure all contract standards are achieved. In this contract the quality control program is the driver for product quality. Under the terms of the contract, the Contractor is required to develop a comprehensive program of self inspections and self monitoring of its actions. The first major step to ensuring a "self-correcting" contract is to ensure that the quality control program approved at the beginning of the contract provides the measures needed to lead the Contractor to success. Once the quality control program is approved by OPM, careful application of the process and standards presented in the remainder of this document will ensure a robust assurance program. (b) Quality Assurance Surveillance Plan REQUIRED SERVICE PERFORMANCE STANDARD METHOD OF SURVEILLANCE INCENTIVE/DISINCENTIVE Timeliness All products, services and items shall be delivered within established timeframes Visual Incentive: Outstanding performance rating Disincentive: OPM elects not to consider contractor for future requirements Consistency to Requirements All products, services and items shall satisfy the requirements of the contract/order Visual Incentive: Outstanding performance rating Disincentive: OPM elects not to consider contractor for future requirements Surveillance and Monitoring; An agency representative will monitor performance by a system of inspection and random sampling, any complaints received from OPM personnel will be passed on to the Contractor for correction. OPM Specific Clauses OPM-1 Reserved OPM-2 Reserved OPM-3 Contractor Personnel Qualifications and Conduct [FAR 9.1] (a) Performance Capabilities The Contractor must be capable of performing all the tasks described in the Statement of Work. The Government shall not be liable for any costs or other involvement in the purchase, repair, maintenance or replacement of Contractor items used to implement or comply with requirements of the contract. Likewise, the Government shall in no way be held accountable by the Contractor for the Contractor?s inability to perform under this Contract due to Government technology implementations and or changes. (b) Key Personnel (1) In order to ensure a smooth and orderly start up of work, it is essential that the key personnel specified in the Contractor's proposal be available on the effective date of the contract. If these personnel are not made available at that time, the Contractor must notify the Government Contracting Officer and show cause. If the Contractor does not show cause, the Contractor may be subject to default action. (2) The Contractor shall not of its own will remove or replace any personnel designated as "key" personnel without the written concurrence of the cognizant Contracting Officer. Prior to utilizing employees other than specified personnel, the Contractor shall notify the Government Contracting Officer and the COR. This notification must be no later than five (5) calendar days in advance of any proposed substitution and must include justification (including resume(s) of proposed substitution(s)) in sufficient detail to permit evaluation of the impact on contract performance. (3) Substitute personnel qualifications must be equal to, or greater than, those of the personnel being substituted. If the Government Contracting Officer and the COR determine that the proposed substitute personnel is unacceptable, or that the reduction of effort would be so substantial as to impair the successful performance of the work under the contract, the Contractor may be subject to default action. If deemed necessary by the Government, substitute personnel must be given a one-(1) day orientation by Contractor personnel at no additional cost to the Government and with no change in the delivery schedule. (4) In the event that the performance of assigned Contractor personnel or any substitute(s) is determined by the Government to be unsatisfactory at any time during the life of the Contract, the Government reserves the right to request and receive satisfactory personnel replacement within five (5) calendar days of receipt by the Contractor of written notification. Notification will include the reason for requesting replacement personnel. (5) The Contractor-supplied personnel are employees of the Contractor and under the administrative control and supervision of the Contractor. The Contractor, through its personnel, shall perform the tasks prescribed herein. The Contractor must select, supervise, and exercise control and direction over its employees (including subcontractors) under this Contract. The Government shall not exercise any supervision or control over the Contractor in its performance of contractual services under this contract. The Contractor is accountable to the Government for the action of its personnel. (6) The Contractor is herewith notified that employee recruiting and employee retention practices shall be monitored on a regular basis. (c) Qualifications of Employees The Contracting Officer may require dismissal from work of those employees which he/she deems incompetent, careless, insubordinate, unsuitable or otherwise objectionable, or whose continued employment he/she deems contrary to the public interest or inconsistent with the best interest of national security. The Contractor must fill out, and cause each of its employees on the contract work to fill out, for submission to the Government, such forms as may be necessary for security or other reasons. Upon request of the Contracting Officer, the Contractor's employees must be fingerprinted. Each employee of the Contractor who works on this contract shall be a citizen of the United States of America, or an alien who has been lawfully admitted for permanent residence as evidenced by Alien Registration Receipt Card Form 1-151, or who presents other evidence from the Immigration and Naturalization Service that employment will not affect his/her immigration status. (d) Standards of Conduct Personnel assigned by the contractor to the perform tables, drawings and any other attachments submitted with the proposals and not specifically excluded by the solicitation. Any index, table of contents, glossary or integrated master schedule will not be included in the maximum page limitation. The electronic proposal shall consist of separate files as set forth below. Microsoft Office XP software shall be used to create the required ?.XLS?, ?.PPT? and ?.DOC? files. Adobe Acrobat Version 5.0 or less shall be used to create ?.PDF? files. Usually specify the File names. See below example and fill-in. (iii) Files to be submitted FILE TITLE COPIES REQUIRED File I TECHNICAL 1 copy File II PRICE 1 copy Offeror(s) are responsible for including sufficient details to permit a complete and accurate evaluation of each proposal. Each file of the proposal shall consist of a Table of Contents, Summary Section and the Narrative discussion. The Summary Section shall contain a brief abstract of the file. Proprietary information shall be clearly marked. The following shall be included in the Narrative discussion: (d) Since award may be made without discussions, your initial offer should contain your best terms from a price and technical standpoint. (1) 52.212-2 EVALUATION?COMMERCIAL ITEMS (JAN 1999) a. OPM will establish a purchase order/contract with the responsible offeror on a best value basis whose offer conforms to this solicitation and are the most advantageous to the Government, price and other factors considered. The following factors, in descending order of importance, shall be used to evaluate offers: quality, location, cancellation terms and conditions, past performance, and price considered. Since the award may be made without discussions, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. END OF SOLICITATION NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-OCT-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/OPM/OCAS/CD/OPM0407Q0040/listing.html)
 
Place of Performance
Address: West Coast - TBD
Zip Code: 20415-7710
Country: UNITED STATES
 
Record
SN01439783-F 20071025/071023234858 (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.