Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2008 FBO #2256
MODIFICATION

V -- Conference Space Rental

Notice Date
1/28/2008
 
Notice Type
Modification
 
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-0062
 
Response Due
2/1/2008
 
Archive Date
4/1/2008
 
Point of Contact
Robin Wilson Event Manager (562) 826-5505 x2192
 
E-Mail Address
Email your questions to POC email address
(robin.wilson@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Behavioral Change Strategies II Solicitation V777-08-1012 RFP V777-08-RP-0062 Amendment Description This is an amended synopsis/solicitation to negotiate a Firm Fixed Price type contract for Hotel Accommodations, Conference Space Rental and Hotel Services located in the geographic areas: New Orleans, LA, or Dallas, TX, or Cleveland, OH. Request for Proposal V777-08-RP-0062 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 August 17, 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 July 22-24, 2008 (correction: approximately 273 sleeping room nights, and required meeting space). Alternate dates of July 14-18, 2008 will be considered. The Department of Veteran Affairs, Employee Education System (EES) is sponsoring a training conference entitled ???Behavioral Change Strategies II???. This is the second in a series of four regional meetings to be located around the country. The hotel must accommodate (correction) 273 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 99 attendees with the following needs: Part A: Hotel Lodging- (1a) 99 sleeping rooms on Tuesday, July 22, 2008; 99 sleeping rooms on Wednesday, July 23, 2008; 75 sleeping rooms Thursday, July 24, 2008; group will check out on Friday, July 25, 2008. Rooms must be individual/private sleeping rooms with toilet facilities at government seasonal per diem rate for New Orleans ($131) or Dallas ($109) or Cleveland ($107). 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 Wednesday, July 23, 2008 beginning at 6:00 am through Thursday, July 24, 2008 at 6:30 pm. Set for 99 classroom seating herringbone style with 1 center and 2 side aisles with front projection screen plus other audiovisuals with a lighted podium on a low stage riser with steps and a safety handrail. There also needs to be a designated staff table for 4 people in the back of the room. No less than 1564 sq ft room with no pillars/posts to obstruct view. (Item 2) Breakout Rooms: Five (5) breakouts needed. These rooms are needed in addition to the General Session mtg room (total of 6 meeting rooms required). These five Breakout rooms are needed on a 24-hour basis from 7:00 am until 6:00 pm on Wednesday, July 23, 2008 and Thursday, July 24, 2008. Four rooms will need to accommodate no less than 30 attendees set in theater seating with aisles on sides with a podium, and panel table for 4 people beside the podium in the front of each room plus space for audiovisuals-front screen projection. Each of these breakout rooms should be no less than 700 sq ft without pillars to obstruct the view. The fifth breakout room will need to be near the general session room and will be used for as a Poster Presentation room. (Item 3) Registration Area ??? starting on Tuesday, July 22, 2008 at 2:00 pm (set-up) through Thursday, July 24, 2008 at 5:00 pm. Preference for registration area is outside the General Session classroom. The registration area needs a wired Internet connection. There should be three {3 } 6-ft tables with skirting set in a U-shape, one 6 ft skirted table for materials behind the 3 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. (Item 4) ) Staff Office Room - Room should be located near general session room. This room should accommodate a conference table for 10-15 plus a rented copier and placed on a 24 hour hold beginning Tuesday, July 22, 2008 at 9:00 am until 6 pm on Thursday, July 24, 2008. This room will need to be re-keyed to allow access by 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 and two luncheons, please provide Menus and Prices. This meeting must meet the suggestions for a ???Healthy Meeting.??? The Federal Government policy does not permit a guaranteed amount of food and beverage revenue. Part D: Location Requirements: 1. Facilities that are located near the safe walking/running routes or have complete fitness centers, and are non-smoking facilities will receive the highest consideration as this is the most desirable location areas for this event. 2. Variety of restaurants serving healthy menu items with walking distance (not to exceed 3 normal blocks) in safe area or complimentary shuttle to nearby eating facilities. 3. 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 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 Robin Wilson, CMP, CGMP, Event Manger/Contracting Officer, VA EES, 5901 E. 7th Street (OOE), Long Beach, CA 90822. Phone: 562-826-5505 x 2192, FAX: 562-826-5453, email: robin.wilson@va.gov . Faxed proposals will be accepted. Previously submitted proposals do not need to be resubmitted. Closing date for receipt of proposals is extended to Friday, February 1, 2008 at 4:00 PM PT.
 
Record
SN01493929-W 20080130/080128223339 (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.