Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2008 FBO #2306
SOLICITATION NOTICE

V -- Conference Space Rental and hotel Services--08.SOARS.B

Notice Date
3/18/2008
 
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-0129
 
Response Due
3/24/2008
 
Archive Date
5/23/2008
 
Point of Contact
Beau Chandler Contract Specialist/Event Manager 562.826.5505 x4999
 
E-Mail Address
Email your questions to POC e-mail address
(Beau.Chandler@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, Conference Space, and Hotel Services in Kansas, MO, Chicago, IL, and Denver, CO (Cities in order of desirability). Request for proposal VA-777-08-RP-0129 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/Management Services. This announcement incorporates FAR provisions and clauses in effect through FAR FAC 2005-13, effective September 28, 2006 and VAAR 97-10. NAICS Code 721110 and the small business size standard is $6.5 million. The FedBizOpps announcement/solicitation is solicited unrestricted and constitutes the only bid document that will be issued. The Period of Performance for this requirement is August 4, 2008 through August 7, 2008, approximately 274 single sleeping room nights (see breakdown in Part A) and required meeting space. Department of Veterans Affairs, Employee Education System (EES) is sponsoring a conference; 2008 SOARS.B???really 3 conferencesn [08.SOARSADVISORY.B/ 08.SOARSCONSULTANTTRAIN.B/ 08.SOARSTEAMLEADER.B] running concurrently. The hotel must accommodate approximately 274 single sleeping room nights (based on 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 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, square footage, and menus. To be eligible for award under this solicitation, the offeror must propose for use a facility that is compliant with the requirements of the Hotel and Motel Fire Safety Act of 1990 (Public Law 101-391)(15 U.S.C. 2201 et. Seq.) and is listed on the U.S. Fire Administration Hotel and Motel National Master List found at http://www.usfa.fema.gov/hotel/search.cfm. Offers proposing 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) (82 U.S.C. 12010 et. seq.). In accordance with FAR 52.208-7 Central Contract Registration (Oct 2003), contractors are required to register in the Central Contract Registration (CCR) database http://www.ccr.gov prior to award of any contract. Offers proposing facilities that are not listed will be rejected as non-responsive. The hotel facility is to be located in Kansas City, MO, Chicago, ILL, and Denver, CO, and must accommodate attendees with the following needs: Part A: Hotel Lodging (all dates 2008) Sunday: 8/3 ??? 15 sleeping rooms; Monday: 8/4 ??? 90 sleeping rooms; Tuesday: 8/5 ??? 127 sleeping rooms; Wednesday: 8/6 ??? 42 sleeping rooms; Thursday: 8/7 ??? Group checks out. Rooms must be individual/private ???sleeping rooms with toilet facilities at or below the current government per diem rate for Kansas City, MO -$103.00, Chicago, ILL - $168.00 and Denver, CO -$140.00 . Payments for Part A shall be the sole responsibility of each participant, to include no-show fees. Part B: Meeting Space (1) (a) Registration area (to remain same throughout conference) ??? registration area is to be set up outside/adjacent to general session room (two (2) 6 ft skirted tables, four (4) chairs, two (2) 18 inch, 6 ft skirted tables against wall for materials and two (2) waste baskets) beginning at noon on Monday. ** Registration area to remain the same August 4, 2008 through approximately 2pm on Thursday. (b) General Session Room ??? noon on Monday ??? 2 pm on Thursday??? room with no pillars, large enough to comfortably accommodate #100 ppl set in classroom style, one riser to accommodate faculty table in front of room with seating for 8 ppl (2) 6ft tables skirted, and one standing lectern. Room is to be set up and available at noon on Monday and on 24-hour hold through conclusion of conference, approximately 2pm on Thursday. (b1)Breakout rooms, conveniently adjacent to General Session Room: three (3), each accomodating 35 ppl, room configured in crescent rounds setup 6 people per table, and one (1) standing lectern w/microphone, available on 24 hour hold from 6am on Monday - 7 pm Thursday. (c) One (1) room set u-shape to accomodate 15ppl with two (2) 6ft tables and one (1) standing podium, available on 24 hour hold from 12 noon on August 3, 2008 - 6 pm on August 7, 2008. (d) One (1) room set u-shape to accomodate 30ppl with one (1) standing podium, available on 24 hour hold from 6am on August 5, 2008 - 7 pm on August 7, 2008. (d1) One (1) room configured in crescent rounds setup 7 people per table for 20ppl with one (1) facility table in the back of the room with seating for 8 ppl. Front of room: (1) 8ft table and one (1) standing podium, available on 24 hour hold from 6am on August 12, 2008 - 2 pm on August 14, 2008. Part C: Anticipate light refreshments for morning and afternoon breaks August 4???-August 7. Please provide menus and prices. **The Federal Government policy does not permit a guaranteed amount of food and beverage revenue. Part D: 1. Other Requirements: variety of restaurants within walking distance (not to exceed 3 normal blocks) in safe area or there should be easily accessible transportation to restaurants. POSITIVE RESPONSES MUST INCLUDE: LETTER OF AVAILABILITY FOR REQUESTED DATES; FACILITY SPACE DIAGRAM WITH CAPACITIES; MENUS FOR VENUE CATERING; INFORMATION ABOUT HOTEL AND SURROUNDING AREA; OTHER PERTINENT INFO ABOUT HOTEL (remodeling, renovation, road work, etc.); DUNS #; CCR REGISTRATION EXPIRATION, OR VERIFICATION A CCR REG NUMBER HAS BEEN APPLIED FOR; TAX ID #; and, HOTEL CONTRACT [BEST OFFER]. Proposal must indicate whether 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 audio visual company without any penalties incurred as part of the fair practice procurement regulations. All proposals submitted in response to Beau.Chandler@va.gov and shall remain valid for thirty (30) days to accommodate evaluation process and/or possible legal reviews. 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 similar conferences. VA reserves the right to conduct an on-site inspection of offered facilities. Prices will be evaluated separately from the technical proposal and will be evaluated in terms of cost for accommodations and service, cancellation and attrition, refreshments. All responsible sources able to 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. The technical proposal submitted by an offeror that is not a hotel must describe the technical approach for the offeror???s services as the prime contractor and must also include a copy of insurance and all necessary licenses in order to be considered a complete technical proposal. Therefore, that offeror must describe in its proposal the technical approach for the offeror???s services as a prime contactor 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/Management Services.) An offer that requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable.) Any offeror who does not meet the solicitation requirements will be rejected as non-responsive. 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://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: 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. The total technical evaluation will be weighted 60% and price will be weighted 80%. 52.212-3 Offeror Representations and Certification-Commercial Items. Offerors must include a completed copy of Offeror Representation and Certification along with his/her offer); 52.212-8 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)(8); FAR 52.232-18 Availability of Funds; VAAR 852.270-8 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: Beau Chandler US Contracting Officer/Event Manager EES, Long Beach Center (00E) 5901 E. 7th Street Long Beach, CA 90822 Phone (562) 826-5505 ext. 8999 FAX (562) 826-5986 Email: Beau.Chandler@va.gov Faxed proposals will be accepted. Closing date for receipt of proposals is Monday, March 24 2008 @ 10:00am CT.
 
Record
SN01535098-W 20080320/080318223723 (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.