Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2009 FBO #2663
SOLICITATION NOTICE

X -- FACILITY TO HOST THE FY2009 FEDERAL SECTOR COURSES - DC LOCATION

Notice Date
3/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Equal Employment Opportunity Commission, Office of the Chief Financial Officer, Acquisition Services Division, 131 M Street, NE, 6th Floor, Washington, District of Columbia, 20507, United States
 
ZIP Code
20507
 
Solicitation Number
RFQ0041-09
 
Point of Contact
Anthony R Price,, Phone: (202) 663-4218, Gregory A Browne,, Phone: (202) 663-4292
 
E-Mail Address
anthony.price@eeoc.gov, gregory.browne@eeoc.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Federal Acquisition Regulation Part 12, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The Contracting Officer is utilizing policies and procedures prescribed in Part 12, Acquisition of Commercial Items. This solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30 effective on February 19, 2009. Hotels and other full service facilities that can satisfy the requirements listed below are encouraged to submit a quotation. This solicitation is considered an unrestricted procurement. The U.S. Equal Employment Opportunity Commission (EEOC), Revolving Fund Division EEOC Training Institute (hereinafter referred to as the Institute) has a requirement for a contractor to provide a full service training facility to include: business services, meeting space, audio-visual equipment/audio visual support services, and food and beverage service. The training events and series of course dates for each event are as follows: EEO Training for New Counselors, dates of service April 13 through 17, 2009, September 14 through 18, 2009 and November 30 through December 4, 2009; EEO Training for New Investigators, dates of service April 20 through 24, 2009, September 21 through 25, 2009, and December 7 through 11, 2009; Basic Mediation, dates of service June 22 through 26, 2009 and August 24 through 28, 2009. No other dates or combination of dates will be considered by the government. The anticipated attendance for the EEO Training for New Counselors is 36 participants per day; New Investigators 36 participants per day and Basic Mediation 30 participants per day. EEOC through its EEOC Institute offers training courses and seminars which provide education and technical assistance to employers, attorneys, unions and other interested parties on the laws enforced by EEOC. To be eligible for consideration, the contractor’s facility must be located in Downtown, Washington, DC within walking distance of a subway stop. The EEOC contemplates the award of a Firm-Fixed-Price Contract. The quotation package shall include the following line items in a written quotation: CLIN 0001. Rental of Meeting Space – Quantity 1 lot (See List of Meeting Space Requirements below), Unit Price $________, Total for CLIN 0001 $_________; CLIN 0002. Rental of Audio-Visual Equipment & Support – Quantity 1 lot (See List of Audio-Visual Requirements below), Unit Price $________, Total for CLIN 0002 $__________; CLIN 0003. Food and Beverage Services – Quantity 1 lot (See List of Food and Beverage Services below), Unit price $___________, Total for CLIN 0003 $____________and CLIN 0004. Business Services – Quantity 1 lot (See List of Business Service below), Unit Price $________, Total for CLIN 0004 $___________. A contract will be awarded to a responsible contractor whose quotation represents the best value to the Government. Interested parties must indicate in their quotation whether they accept payment via Government-wide commercial purchase card. The prospective contractors must be registered in the Central Contractor Registration (CCR) database prior to award of the resulting contract. Registration is free and can be completed on-line at http://www.ccr.gov. Each quotation must clearly indicate the capability of the contractor to meet the requirements specified in this combined synopsis/solicitation. General Requirements: The following requirements for the training facility are specified in terms of minimum requirements. Americans with Disabilities Act of 1990 (ADA) Requirements: All facilities, including restrooms, meeting space, and audio-visual equipment must meet ADA requirements for accessibility. Accommodations for disabled individuals may include, but are not limited to accessible parking spaces, elevators, and sound system, wide aisles and wheelchair ramps. The contractor’s training facility must have adequate parking spaces for all participants. The registration shall be equipped with a table and chair positioned outside the main meeting room for course registration purposes, which will occur the half hour prior to the start of the first day of each course. The contractor shall provide the participants access to internet, telephone, facsimile, and copying services during the conduct of the course. The contractor shall provide internet, copying and facsimile services at a reasonable rate. Reasonable rate is considered the average rate charged by comparable facilities. All attendees shall pay for this service out of pocket. EEOC reserves the right to perform site visits prior to award of this contract. The Contracting Officer Technical Representative will be responsible for the following: act as the point of contact for the contractor; provide all technical information necessary for contract performance and inspect and accept all required services. The government makes no commitment to this estimated quantity. Anticipated number of participants per day is 30 (Mediation course) and 36 (New Counselor and New Investigator). If the number of participants is less than 30, the contractor shall invoice the EEOC per person for food & beverage at the agreed upon rates, and the agreed upon rates for audio visual equipment and meeting room rental, if applicable. The training course for New Counselors and New Investigators will begin each day at 8:00 a.m. and will end at 4:30 p.m. Monday through Thursday and at 12:00 noon on Friday. The Basic Mediation course will begin each day at 9:00 a.m. and finish at 5:00 p.m. Monday through Friday. The contractor shall submit a final invoice of all charges within five (5) business days after completion of the training course. Should EEOC elect to cancel the contract, EEOC will provide a written notification to the contractor no later than thirty (30) calendar days prior to the scheduled event. By receipt of the cancellation notice, the contractor agreed to release EEOC from any cancellation penalties or charges. If there is a cancellation within thirty (30) calendar days of the scheduled event date, Paragraph (1) Termination for the Government’s Convenience or (m) Termination for Cause of FAR Clause 52.212-4, Contract Terms and Conditions – Commercial Items will govern. CLIN 0001 – Meeting Space – Specific requirements each day are: one large room for up to 30 participants (Mediation course) and 36 participants (New Counselor and New Investigator) with seating in rounds or pods able to seat 6 persons. The tables shall seat participants comfortably with adequate space for material and writing room, with each table having moveable chairs. All rooms must have a suitable sound system so all participants may hear and ask questions of the speakers. Walls should be constructed in such a manner that they confine sound and reduce or prevent the transmission of extraneous sound. Meeting rooms that are divided by partitions must be sound proof enough to prevent disturbance from other outside traffic. Meeting rooms should be equipped with a working sound system which may be controlled by the speaker and which projects equally to all areas of the room. All chairs and tables or desks shall be of sufficient size (minimum of 4 sq. ft) and in acceptable condition. Acceptable condition means that furniture is not broken, soiled, rusted or damaged in any way that would injure the individuals or damage clothing. All chairs must be comfortable for long periods of sitting. All aisle space, including the space between tables or desks, must be accessible for person in wheelchairs. All rooms shall be configured as to allow every participant a clear view of the speaker and all visual aids. All rooms shall be well lit to accommodate extensive reading and writing. All lighting shall be uniform and should not produce a glare. All meeting rooms should have adequate ventilation, heating and air conditioning which maintains air quality and room temperature at comfortable levels when rooms are at maximum capacity. CLIN 0002 - Rental of Audio-Visual Equipment & Support – Specific requirements each day are: A computer projection screen to provide adequate viewing for a room with 30-36 attendees. An LCD projector either built into the room or provided on a movable cart with electrical connections and cords to accommodate both the LCD projector and a laptop computer. Flip charts for the week-long courses. One for each of the six attendee tables and one for the front of the room; with one pad of flip chart paper per easel, plus two markers. Flipcharts are needed each day, however, one flip chart pad will normally be sufficient for the week. Two wireless microphones (either lavalier or table microphone) depending on the preference of the instructors. The training center will be responsible for setting up the audio-visual equipment and assisting EEOC staff. CLIN 0003 - Food and Beverage Services – Specific requirements each day are: Continental Breakfast to be served each morning of each training course, a continental breakfast of danishes, muffins, and freshly brewed coffee, decaffeinated coffee, tea and assorted fruit juices, to be available at 7:30 a.m. for the courses beginning at 8:00 AM and at 8:30 AM for the courses beginning at 9:00 AM. Food shall be left in the area until after the morning break. Provide a list of continental breakfast item prices. Morning Break to be served each training day, between 10:00 a.m. and 10:15 a.m., to include refresher coffee service, hot water and tea bags, and bottled water and ice. Provide a recommended list of beverages and their related prices. Lunch will be the sole responsibility of the attendees. No requirement of lunch shall be included with the quoters response. Afternoon Break to be served between 3:00 and 3:15 p.m. each afternoon of the courses, except on Friday for the New Investigator and New Counselor classes. These course adjourn at noon on Friday. Drink refreshments each break to include an assortment of sodas/bottled water. On Monday, refreshments to include large cookies/brownies, on Tuesday and Thursday, whole fruit (oranges, apples and bananas), on Wednesday, regular size cookies and on Friday (Basic Mediation only), regular size cookies. Provide list of beverages, snacks and their related prices. All food and beverage services need to be located in areas accessible to individuals with disabilities e.g., wheelchair accessible. Pricing for food and beverages include the price for the item(s), plus the gratuity (service charge), and a statement from the contractor indicating whether the U.S. Government is exempt from state tax, if applicable. CLIN 0004 - Business Services – Specific requirements each day are: Check-in of registered attendees will occur between 7:30 AM and 8:00 AM on the first day of the New Counselor and New Investigator courses. Check-in for the Mediation course will occur between 8:30 AM and 9:00 AM. Contractor will conduct check-in of attendees utilizing registration information provided by EEOC and provide course materials to attendees. The contractor shall provide for receipt and accommodation of government course materials (approximately 5-6 boxes, per course, each weighing approximately 25-30 pounds) prior to the scheduled course. The contractor shall store the materials received in a secure place accessed only by authorized contractor official. All interested parties shall submit with their quotation a detailed breakdown of all costs to include meeting space, audio visual equipment & support, food and beverage service and business service, and any other miscellaneous services and equipment which are necessary for the success of the training course. Submission of Quotation: Your quotation in response to RFQ0041-09 is due March 19, 2009, 2:00 p.m. EST. The mailing address is as follows: U.S. Equal Employment Opportunity Commission, Acquisition Services Division, 131 M Street, N.E. Room 4SW20A, Washington, D.C. 20507 Attn: Anthony Price, Contracting Officer. A quotation submitted via e-mail addressed to anthony.price@eeoc.gov will be accepted. Questions regarding this request for quotation should be submitted to Anthony Price, via e-mail only @ anthony.price@eeoc.gov. Telephone inquires or responses are not acceptable. The deadline for the submission of questions regarding RFQ0041-09 is March 12, 2009 at 2:00 p.m. EST. The Government will not reimburse interested parties for any cost associated with responding to this business opportunity. All responsible sources may submit a quotation which shall be considered by the agency. The anticipated contract award date is on or before April 7, 2009. A single award will be made resulting from the issuance of the combined synopsis/solicitation. Award will be on an all or none basis. BASIS FOR AWARD Award will be made using the best value approach Lowest Price Technically Acceptable (LPTA). All factors will be evaluated as a go/no-go. In order to be considered technically acceptable, quotations must meet the following requirements. EVALUATION FACTORS FOR AWARD Quoters are to provide a quotation that is well organized. The following factors will be evaluated: Factor 1 – (a) Minimum Requirements and (b) Availability of Date; Factor 2 – Past Experience. Factor 1 – Minimum Requirements and Availability of Date Standard: (a)Minimum Requirements – Quotation response will be evaluated on the quoter’s ability to meet the minimum requirements regarding site location of course, downtown Washington DC within walking distance of a subway stop, meeting space, audiovisual equipment and technical support, food and beverage services. The quoters must meet the Americans with Disabilities Act (ADA) requirements for accessibility. (b)Availability of Dates – Quotation response will be evaluated on the ability of the quoter to provide the required services on any of the combination of dates requested. The government will not consider alternative combination of dates other than what is stated in the combined synopsis/solicitation. Factor 2 – Past Experience Standard: Quoter must provide evidence that it has successfully performed a minimum of three (3) contracts for the same or similar services within the past two (2) years to include contract type: contract number, contract value, point of contact name and telephone number and the type of services provided. Price Once the quotes have been determined to be technically acceptable, award will be based on lowest price only. Notice: The Government reserves the right to conduct a site visit. The provisions at 52.212-1, Instructions to Offerors – Commercial Items applies to this acquisition. The contractor shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Item with your quote. Clause 52.212-4, Contract Terms and Conditions-Commercial Item and Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Order-Commercial Items are incorporated by reference. Clause 52.203-6, Restrictions on Subcontractor Sales to the Government - Alternate I, Clause 52.223-3 Convict Labor, Clause 52.222-19 Child Labor – Cooperation with Authorities and Remedies, Clause 52.222-21, Prohibition of Segregated Facilities, Clause 52.222-26 Equal Opportunity, Clause 52.222-36 Affirmative Action for Workers with Disabilities, Clause 52.222-50 Combating Trafficking in Persons, Clause 52.225-13 Restrictions on Certain Foreign Purchases, Clause 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration are incorporated by reference. To obtain the above provision/clauses in full text, please visit www.arnet.gov. Method of payment: Electronic Funds Transfer.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=608b26d1b2db6c21429cdefa2efb8e37&tab=core&_cview=1)
 
Place of Performance
Address: Washington, DC, United States
 
Record
SN01765898-W 20090312/090310215930-608b26d1b2db6c21429cdefa2efb8e37 (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.