Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2007 FBO #2169
SOLICITATION NOTICE

V -- Conference Space Rental

Notice Date
11/2/2007
 
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-777-08-RP-0031
 
Response Due
11/14/2007
 
Archive Date
1/13/2008
 
Point of Contact
Karla Nardi Contract Specialist/Event Manager 440.526.3030 X6641
 
E-Mail Address
Email your questions to POC email address
(karla.nardi@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation to negotiate a Firm Fixed Price type contract for Hotel Accommodations and Conference Space, located in (order of preference) ONE of the following locations: San Juan, PR; San Diego, CA; or San Francisco, CA area. Request for Proposal VA-777-08-RP-0031 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 2005-19, Effective 17 Sept 2007 and VAAR 97-10. NAICS Code 721110 and the small business size standard is $6,5 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 will be January 7 - 11, 2008. An estimated 265 (peak night) sleeping rooms and the required meeting space MUST be housed in the same facility. The Department of Veteran Affairs, Employee Education System (EES) is sponsoring a training conference on the topic of "OEF/OIF Case Managers Conference." The hotel shall accommodate 265 sleeping rooms (peak night), checking in Monday, January 7, checking out Friday or Saturday, January 11 or 12, 2008; and shall provide all requirements specified for conference needs in Parts A, B and C below, and lodging rates MUST be within the Government Per Diem rate or lower for the area. A response to requirements listed shall be submitted on letterhead and must address all requirements listed in a separate technical proposal. A Hotel Contract shall be submitted with your 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. To be eligible for award under this solicitation, 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 and also on the Central Contractor Registration website (www.ccr.gov). Offers proposed facilities that are not listed will be rejected as non-responsive. 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 300 attendees with the following needs: Part A: Hotel Lodging - 265 sleeping rooms for participants' arrival on Monday, January 7, checking out Friday or Saturday, January 11 or 12, 2008. (Pattern/totals per night: Saturday=3, Sunday=20, Monday=265, Tuesday=265, Wednesday=265, Thursday=265, Friday=20). Rooms must be individual/private sleeping rooms with toilet facilities at government per diem (or below) rate for ONE of the following locations (in preferred order) San Juan ($195) OR San Diego ($146) OR San Francisco ($152). Payments for Part A shall be the sole responsibility of each participant, to include no-show fees. Part B: 1) ONE Large General Session Meeting Space for Monday at 8:00am, thru Friday, 6:00pm (24-hour Hold) to accommodate 280ppl in Crescent Rounds seating (6/table), without pillars and 15-ft or greater ceiling; 2-Skirted Head Tables for Panel Members with standing lectern between the 2-Tables on Riser with Stairs & Wheelchair Ramp in the front of the General Session room. AV setup Monday, starting at 8:00am, through Friday at 6:00pm (24-hour hold). Actual conference starting Tuesday, 7:00am thru Friday at 12:00N. 2) Registration Area (Skirted Tables with 4-Chairs) starting at 8:00am on Monday, thru Friday at 12:00N (24-hour hold). 3) ONE Large Office Area for 15ppl to assemble registration materials, material storage, starting at 8:00am on Monday through Friday at 6:00pm (24-hour hold). 4) SIXTEEN (16) Breakout Rooms/Large Suites for Wednesday to accommodate 15ppl each room, Set in Rounds/U-shaped/or Boardroom Style from 7:00am - 6:00pm. Part C: Anticipate Light refreshments for morning and afternoon breaks. Please provide menus. The Federal Government policy does not permit a guaranteed amount of food and beverage revenue. Part D: Other requirements; must be within walking distance of a variety of restaurants and shops (not to exceed 4 normal blocks) in a safe area. 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). The 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 services, cancellation, attrition costs, 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 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 the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable.) 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; 2. Location; 3. Experience with large conferences, and 4. Price (cost of accommodations, services, cancellation fee, attrition and refreshments). 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 the FAR 52.212-3 Offeror Representations and Certification along with his/her proposal; FAR 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 FAR 52.212-1, Schedule of Prices Offered, and a completed copy of provision FAR 52-212-3. Submit all price, descriptive literature, technical proposals, and Hotel Contract to: Karla Nardi, CGMP Event Manager/Contracting Officer Department of Veterans Affairs Employee Education Center 10000 Brecksville Road Brecksville, OH 44141. Phone (440) 526-3030, Ext. 6641 Fax (440) 746-2139, or email karla.nardi@va.gov. Faxed proposals will be accepted. Closing date for receipt of proposals is Wednesday, November 14, 2007 at 3:00 PM CT
 
Record
SN01445654-W 20071104/071102223540 (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.