Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2007 FBO #2201
SOLICITATION NOTICE

V -- CONFERENCE SPACE

Notice Date
12/4/2007
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Veterans Affairs;Contracting Section (90C);650 E Indian School RD;Phoenix AZ 85012
 
ZIP Code
85012
 
Solicitation Number
VA-258-08-RQ-0029
 
Response Due
12/10/2007
 
Archive Date
1/9/2008
 
Point of Contact
Bonny J Walter Contracting Officer 602-200-2310
 
E-Mail Address
Email your questions to Bonny Walter, Contracting Officer
(Bonny.Walter@va.gov)
 
Small Business Set-Aside
N/A
 
Description
POC: Bonny Walter, Contracting Officer VISN 18, 650 E Indian School Road, Phoenix, AZ 85012-1892. 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: Phoenix, AZ metropolitan area. Request for Quote VA258-08-RQ-0029 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 2005-21, Effective November 7, 2007 and VA Information Letter 90-01-9 dated September 5, 2001. NAICS Code 721110 and the small business size standard is $6 million. This FBO announcement/solicitation is solicited unrestricted and constitutes the only bid document that will be issued. The Period of Performance for this requirement is April 28-May 01, 2008 (approximately 35 sleeping rooms, and required meeting space). No other dates will be considered at this time. The Department of Veteran Affairs, Veterans Integrated Service Network 18, is sponsoring a conference entitled "Prosthetic Manager Conference for VISN 18". The hotel must accommodate 35 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 35 attendees with the following needs: Part A: Hotel Lodging- (1a) 35 sleeping rooms on Monday, April 28, 2008 through Thursday, May 01, 2008; group will check out on Friday, May 2, 2008. Rooms must be individual/private sleeping rooms with toilet facilities at government seasonal per diem rate for Phoenix, AZ ($181.00 maximum). Payments for Part A shall be the sole responsibility of each participant, to include no-shows fee. Part B: (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 Tuesday, April 29, 2008 beginning at 7:00 am through Thursday, May 1, 2008 at 4:30 pm. Set for 35 U shaped meeting table seating style w ith the U open towards the projection screen and able to accommodate wheelchairs. Also need to accommodate 9 microphones and one wireless microphone, projection cart or table for LCD projector, laptop computer/provided by presenter, screen appropriate for room and audience size, soundboard, VCR projector, and speaker phone with outside phone line. Additional table at the back of the room for the Continental Breakfast and drinks only plus a large wastepaper basket in the back of the room. Approx. 750-800 square feet or larger room with NO pillars needed All meeting space and public areas of facility MUST be ADA compliant. Part C: Anticipate light refreshment for morning and afternoon breaks for Tuesday and Wednesday and a morning break only on Thursday, 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. Facilities that are located in the Cambridge section of Boston metropolitan area will receive the highest consideration as this is the most desirable location area for this event. 2. Variety of restaurants with walking distance (not to exceed 4 normal blocks) in safe area. 3. 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 - Online ORCA http://www.bpn.gov Offerors must include a completed copy printed of Offeror Representations and Certification ORCAA registration 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 Bonny Walter Contracting Officer, VISN 18, 650 E Indian School Rd., Phoenix, AZ 85012-1892. Phone: 602-200-2310, FAX: 602-200-2314, email: Bonny.Walter@VA.GOV. Faxed proposals will be accepted. Closing date for receipt of proposals is Monday, December 10, 2007 at 3:00 PM Arizona time.
 
Record
SN01462874-W 20071206/071204223602 (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.