Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2008 FBO #2361
SOLICITATION NOTICE

X -- Conference Services

Notice Date
5/12/2008
 
Notice Type
Combined Synopsis/Solicitation
 
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, District of Columbia, 20415-7710
 
ZIP Code
20415-7710
 
Solicitation Number
OPMFEIM818
 
Point of Contact
Terry L. Stotts,, Phone: (434) 980-6289, Bonnie E Boston, Phone: (434) 980-6277
 
E-Mail Address
Terry.Stotts@opm.gov, Bonnie.Boston@opm.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement/solicitation is unrestricted to both large and small business. This announcement constitutes the only solicitation; offers are being requested, and a separate written solicitation will not be issued. This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular 2005-8. The NAICS codes are 721110 or 531120, and the small business size standard is $6 million. Incorporated by reference is FAR 52.212-1, Instructions to Offerors - Commercial and Addenda. Offerors must include a completed copy of FAR 12.212-3, Offeror Representations and Certifications - Commercial Items with its offer. This provision may be viewed at: http://orca.bpn.gov. Incorporated by reference is FAR 52.212-4, Contract Terms and Conditions - Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items is incorporated at the end of this solicitation. Full text of clauses may be downloaded from www.arnet.gov/far at Part 52. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. FAR Clause 52.232-33. This combined synopsis solicitation will result in a fixed-price contract being awarded for meeting space, audio visual equipment rental, lodging, meal service, mid-morning and mid-afternoon break service. Respondents must be primary provider of all services. The Federal Executive Institute is a tax exempt entity; please do not include taxes in proposal. The period of performance is September 7-12, 2008. Purpose:The purpose of this procurement is to obtain a facility offering meeting and conference services for an executive development program in the central Virginia area for the Federal Executive Institute. The Federal Executive Institute (FEI) is the federal government’s premier leadership development center. Since 1968, FEI has operated executive education programs for GS-15s and members of the Senior Executive Service (SES). At present, these programs include a four-week Leadership for a Democratic Society (LDS) program, offered ten times per fiscal year and a variety of open-enrollment and custom-designed programs. FEI offers residential programs on its campus in Charlottesville, VA. It is seeking to replicate this campus experience in the central Virginia area. Objectives: The purpose of this procurement is to obtain an Executive Level facility located within 85 miles of Charlottesville, VA to provide meeting space, lodging, meals and break service for a minimum of 15 people and a maximum of 25 people for use in a six day training program sponsored by the Federal Executive Institute (FEI). To provide an educational experience for participants that is comparable to the Federal Executive Institute. Program Dates: September 7-12, 2008. Location Requirements: The contractor must be located within 85 miles of Charlottesville, VA. Lodging Requirements: The contractor must provide individual sleeping accommodations for a minimum of 15 people and a maximum of 25 people for the duration of the program. All rooms must be individual/private-sleeping rooms with private toilet facilities at government per diem rate. These rates may be viewed at: http://www.gsa.gov/Portal/gsa/ep/home.do?tabId=0 and are inclusive of tips, service charges and taxes. All rooms must be of equal quality. Facility must have handicap accessible rooms available, if necessary. Meal Requirements: The contractor will be prepared to provide meals for a minimum of 15 people and a maximum of 25 people for the duration of the program or provide a subcontractor to cater the event. The contractor/subcontractor must accommodate any special dietary needs. The meals must be of high quality and offer a wide variety. Break Service Requirements: The contractor will provide mid-morning and mid-afternoon break service daily to include; coffee, tea, sodas, juice, bottled water, and a light snack. Beverages available from 7:00 am to 10:00 pm daily. The contractor will provide a private cash bar each afternoon/evening for the duration of ½ hour before dinner. Meeting Space Requirements: The contractor will provide a large meeting space to seat 25 people in table groupings with additional space around the perimeter to allow easy movement for standing exercises. The contractor will also provide a registration table outside of the main meeting room for participant check-in on the first day of the program. The contractor will provide two small conference rooms to seat 8-10 people each. The rooms must allow space for round tables and chairs to eat 6-8 people each and be handicap accessible. The rooms must allow 24 hour access. Meeting rooms should include Audio-Visual and computer receptacles; phone lines for Internet access & electrical outlets. Audio Visual and Information Technology Requirements: The contractor must provide audiovisual and information technology presentation support in the meeting room. FEI may elect to provide some of the support hardware listed. Please provide daily rental rates for the following items: Data/video projector, VHS video player, DVD player, flip charts, technical support personnel and PA system with wireless microphone(s). PA system must also provide sound reinforcement for DVD, VHS, and laptop PC. Proposal Submission Evaluation and Award: Respondents must be primary provider of all services. The Federal Executive Institute is a tax exempt entity; please do not include taxes in proposal. Proposals submitted under this Statement of Work will be evaluated, and a contractor selected, based on both technical and cost considerations. PLEASE PROVIDE COST PROPOSAL INFORMATION SEPARATELY FROM THE TECHNICAL PROPOSAL. The contractor shall provide a fixed-price for each contract line item as well a total cost for the contract. PROPOSALS NOT CONTAINING A TOTAL COST WILL BE REJECTED AS NON-RESPONSIVE. Descriptive literature regarding your facility shall be submitted with your proposal including eating/restaurant spaces, menus, parking fees, meeting room space, diagrams and square footage. If the contractor is not a university or educational institution, the contractor’s facility must have one of the following quality ratings: First class or higher per the Official Hotel Guide; Three crowns or higher per the OAG Business Travel Planner; or Three diamonds or higher per AAA. The Contractor’s facility must be Federal Emergency Management Agency 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. The Contractor's facility must be compliant with the requirements of the American with Disabilities Act (Public Law 101-336) 42 U.S.C. 12101 et. seq.). Technical proposals will be evaluated for, size, quality of services and accommodations, confirmation of its overall quality rating; location, and documentation of experience with large conferences. The Federal Executive Institute reserves the right to conduct an on-site inspection of offered facilities. The contractor shall provide information (availability/cost) on other amenities of the facility i.e., guest parking policy, menus and cancellation policy. The technical proposal should include details describing contractor’s ability to provide the service requirements listed above. REQUIRED CENTRAL CONTRACTOR REGISTRATION APPLY TO THIS ACQUISITION (REGISTRATION CAN BE ACCOMPLISHED AT WWW.CCR.GOV). The Federal Executive Institute will select a contractor, whose offer provides the best value to the government, considering primarily technical factors and secondarily price. Award will be made to the offeror determined to be the Best Value to the Government in accordance with FAR 52.212-2 Evaluation of Commercial Items. Award may be made with or without discussions with the offeror(s). Therefore, your offer should include your lowest pricing. Proposals should be sent to the point of contact in this announcement ONLY – beware of third party solicitations. All responsible sources that can meet the requirements and provide the services listed above may submit a technical proposal, a separate cost proposal and the other information described above. An offer that does not meet the solicitation requirements may be rejected as non-responsive. Evaluation of Commercial Items (factors listed in descending order of importance: 1. Size and quality of services and accommodations; 2. Location; 3. Experience with similar conferences, 4. Commitment to customer service based on its reputation for demonstrating concern for its customers; and 5. Price. (Size and quality of services and accommodations, location and experience with large conferences, when combined are more important than price). Submit your proposal to Ms. Terry Stotts who may be reached at terry.stotts@opm.gov or (434)980-6289. The preferred method of proposal submission is by email to: terry.stotts@opm.gov. It is the contractor’s responsibility to ensure receipt of proposals delivered through email. Due to delays associated with mail delivery and irradiation at Government buildings, it is recommended that commercial delivery services be used if your proposal is not emailed. Closing date for receipt of offers is May 23, 2008 at 12:00 p.m. Mailing address: Federal Executive Institute, Attn: Terry Stotts, 1301 Emmet Street Charlottesville, VA 22903.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ea32cf18ac9c9eab42fb7bee5dec7d49&tab=core&_cview=1)
 
Place of Performance
Address: Virginia, United States
 
Record
SN01571232-W 20080514/080512220030-ea32cf18ac9c9eab42fb7bee5dec7d49 (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.