Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2008 FBO #2481
DOCUMENT

X -- Conference Services - Cost Summary Sheet

Notice Date
9/9/2008
 
Notice Type
Cost Summary Sheet
 
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
OPMFEIC907
 
Archive Date
9/22/2008
 
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, lodging space, audio visual equipment rental, 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. Purpose The purpose of this procurement is to obtain Conference Services for a minimum of 50 people and a maximum of 60 people for 3 days. The Federal Executive Institute (FEI) is the federal government’s premier leadership education 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. Program Dates October 26-28, 2008 Objectives The objectives of this procurement are to: 1.To provide an educational experience for participants that is comparable to The Federal Executive Institute. 2.Meeting rooms suitable for top-level executives. 3.Conference services, (e.g., meeting, audio visual and other support) appropriate for executive participation. 4.Food and beverage services (meals and break service) featuring a variety of healthy selections. 5.A campus-like setting consistent with FEI’s Charlottesville, VA facility to insure a high-quality learning environment for executives participating in FEI’s programs. 6.Obtain lodging for a minimum of 50 people and a maximum of 60 people for use in a residential seminar. Location Requirements The contractor must be located within 25 miles of the Interstate 66 and US 29 corridor between Washington, DC and Charlottesville, VA. Meeting Space Requirements 1.The contractor will provide one large conference room to seat at least 60 people in a variety of configurations. 2.The room must be accessible to handicapped individuals. 3.The room must allow 7:00 a.m. to 5:00 p.m. access. 4.A table is needed outside of the room on the first day to facilitate the registration process. 5.An easel, stand, or other appropriate display for the session should be available. 6.There must be no change in meeting location for the duration of the program. 7.In the meeting room set up, please put no more than two people per 6 foot table or three people per 8 foot table. If round tables are used, seating would be half rounds so that attendees do not have their backs to the front of the room. Lodging Requirements 1.The contractor must provide individual sleeping accommodations for a minimum of 50 people and a maximum of 60 people. 2.All rooms need to be of equal quality. 3.Must have handicap accessible rooms available, if necessary. Meal Requirements 1.The contractor will be prepared to provide breakfast, lunch and dinner for a minimum of 50 people and a maximum of 60 people for the duration of the program or provide a subcontractor to cater the event. 2.The contractor/subcontractor must accommodate any special dietary needs. 3.The meals must be of high quality and offer a wide variety of healthy, nutritious and flavorful food options. 4.There must be no change in location of the dining room for the duration of the program. 5.Possible option: private cash bar for ½ hour each evening before dinner. We may prefer to use a public on-site lounge area. Break Service Requirements 1.The contractor/subcontractor will provide mid-morning and mid-afternoon break service daily to include; coffee, tea, sodas, juice, bottled water, and light, health conscious snacks. 2.Beverages available from 7:00 a.m. to 5:00 p.m. 3.The break area must be in or adjacent to the meeting room. 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. On call technical assistance is required during all program sessions. Please provide daily rental rates for each of the following items: 1.Flip charts and markers 2.White board and markers 3.Variable lighting 4.Flexibility in room set 5.On-site and on-call technical support 6.A/V equipment including laptop with DVD capabilities and sound system 7.LCD projector and screen 8.VHS player 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. Please include a daily breakdown, as well as a total cost. The cost proposal must include the attached pricing form provided by the Federal Executive Institute. The technical proposal should include details describing contractor’s ability to provide the service requirements listed above. The Federal Executive Institute will select a contractor, whose offer provides the best value to the government, considering primarily technical factors and secondarily price. The award may be made without discussion. Therefore, your offer should include your lowest pricing. 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. 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. REQUIRED CENTRAL CONTRACTOR REGISTRATION APPLY TO THIS ACQUISITION (REGISTRATION CAN BE ACCOMPLISHED AT WWW.CCR.GOV). Proposals should be sent to the point of contact in this announcement ONLY – beware of third party solicitations. The cost summary sheet shall be included with your price proposal for bid to be considered by the selection committee. Inquiries concerning this Statement of Work are to be directed to Terry Stotts 434-980-6200 terry.stotts@opm.gov Proposals must be submitted to:The Federal Executive Institute Attn: Terry Stotts 1301 Emmet Street Charlottesville, VA 22903 434-980-6200 Proposals must be received at FEI no later than Friday, September 19, 2008, 12:00 Noon, (EDT). Award will be made on or about Monday, September 22, 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3367f4085ae08b2564c20d87f01db60c&tab=core&_cview=1)
 
Document(s)
Cost Summary Sheet
 
File Name: Cost Summary Excel Spreadsheet (C907 Cost Summary Sheet.xls)
Link: https://www.fbo.gov//utils/view?id=a111e80881dd61218680a93d8f36ac17
Bytes: 154.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01664482-W 20080911/080909221935-3367f4085ae08b2564c20d87f01db60c (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.