Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2009 FBO #2673
SOLICITATION NOTICE

V -- Hotel Accomodations, Conference Space and Hotel Services

Notice Date
3/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Veterans Affairs, VA Corporate Franchise Data Center, Department of Veterans Affairs Corporate Franchise Data Center, Department of Veterans Affairs;Education SVC;1615 Woodward Street;Austin TX 78772
 
ZIP Code
78772
 
Solicitation Number
VA-777-09-RP-0126
 
Response Due
3/27/2009
 
Archive Date
5/26/2009
 
Point of Contact
SUSIE L. RIEDTHALEREVENT MANAGER/CONTRACTING OFFICER<br />
 
Small Business Set-Aside
N/A
 
Description
Description This is a combined synopsis/solicitation to negotiate a Firm Fixed Price type contract for Hotel Accommodations, Conference Space and Hotel Services, located in the downtown (or within 4-blocks of reasonably priced restaurants) in New Orleans, LA area. Request for Proposal VA-777-09-RP-0126 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 or 3rd Party Event Planning Services. For a proposal submitted by an offeror that is not a hotel, the offeror, not the hotel, will 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 2005-05 and VAAR 97-10. NAICS Code 721110 and the small business size standard is $7 million respectively. 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 6-9, 2009. An estimated 210 sleeping rooms and the required meeting space MUST be housed in the same facility. The Department of Veterans Affairs (DVA), Employee Education System (EES) is sponsoring a training conference entitled HRRO ANNUAL CONFERENCE: THE RECRUITER UNIVERSITY 2009. The hotel shall accommodate approximately 210 sleeping rooms, majority checking in on 7/6/09, and majority checking out on Friday, 7/10/09 (see block breakout below); and shall provide all requirements specified for conference needs in Parts A, B, C, and D below, and lodging rates MUST be within the Government Per Diem rate (or lower) of $101/night (currently) for the New Orleans, LA area. A response to requirements listed below shall be submitted on letterhead and shall address all requirements listed in a separate technical proposal. A hotel contract shall be submitted with your 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, AV equipment and menus. To be eligible for award under this solicitation, the hotel facility MUST be listed with current status on the Central Contractor Registration website (www.ccr.gov) and be FEMA approved and listed on the U.S. Fire Administration Hotel and Motel National Master List found at (www.usfa.fema.gov/hotel/search.cfm). VA Contracting Officers may contract only with listed hotels or motels on the above lists to conduct meetings, conventions, conferences, or training seminars. Offers proposed facilities that are not listed will be rejected as technically unacceptable. In addition, the offerors facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12101 et. Seq.). Offerors must additionally submit their DUNS #, FEMA ID # and Tax ID # with proposal and/or contract. The hotel facility shall accommodate an estimated 210 attendees with the following needs: Part A: Hotel Lodging 210 sleeping rooms for majority of participants arrival checking in on 7/6/09, and majority checking out on Friday, 7/10/09 (see block breakout below). Rooms must be individual/private sleeping rooms with toilet facilities at government per diem (or below) rate for New Orleans, LA area (currently $101/night). Payments for Part A shall be the sole responsibility of each participant, to include No-show fees. Sunday, 7/5 15 sleeping rooms Monday, 7/6 210 sleeping rooms Tuesday, 7/7 210 sleeping rooms Wednesday, 7/8 210 sleeping rooms Thursday, 7/9 150 sleeping rooms Part B: (1a) Registration Area to be set-up outside/near General Session Room with sufficient space to set up registration tables/booths beginning at 8:00am on Monday, 7/6/09 Thursday, 7/9/09 at 5:00pm. (Must be available 24-hours). (1b) One (1) General Session Meeting Room needed for AV set up on Monday, 7/6/09 at 8:00am. Conference will start on Tuesday, 7/7/09 at 8:00am Thursday, 7/9/09 ending at 5:00pm to accommodate 210ppl in Rounds (7-chairs max), without pillars and 9-ft. or greater ceiling (3500 square feet or larger for extensive AV equipment and a Riser with podium and head table for 6). (Must be available 24-hours). (1C) Two (2) Breakout Rooms needed for 100ppl set in Half Rounds on Tuesday, 7/7/09 from 8:00am-12:00pm (1500 sq. ft. or larger for Riser with podium and head table for 4 in each room). May use General Session for one breakout. (1d) Two (2) Breakout Rooms needed for 80ppl set in Half Rounds on Tuesday, 7/7/09 from 1:00pm-5:00pm (1300 sq. ft. or larger room). (1e) One (1) Breakout Room needed for 80ppl set in Classroom Style on Tuesday, 7/7/09 from 1:00pm-5:00pm (1300 sq. ft. or larger room). This room will be a computer lab. (1f) Four (4) Breakout Rooms needed for 80ppl set in Half Rounds on Wednesday, 7/8/09 from 8:00am-12:00pm (1300 sq. ft. or larger room). (1g) Two (2) Breakout Rooms needed for 100ppl set in Half Rounds on Wednesday, 7/8/09 from 1:00pm-5:00pm (1500 sq. ft. or larger room). (1h) One (1) Lockable Faculty Ready Room/Office needed for 20ppl set in U-Shaped Style on Monday, 7/6/09 at 8:00am Thursday, 7/9/09 until 5:00pm. Room must be near General Session. (Must be available 24-hours). (1e) One (1) Poster Session/Exhibit Room needed for twenty-five (25) six foot tables or 6x8 Poster Boards for 210ppl on Monday, 7/6/09 at 8:00am Thursday, 7/9/09 until 5:00pm. Need room large enough to accommodate possible networking social (tables for food/beverages) on Wednesday, 7/8/09 in Exhibit Room. Part C: (1a) Anticipate light refreshments for morning and afternoon breaks on Tuesday, 7/7/09Thursday, 7/9/09, please provide menus. Part D: (1a) Other requirements; variety of restaurants and shops within walking distance (not to exceed 4 normal blocks) in a safe area. (1b) Proposal must indicate whether the hotel agrees to the right of DVA to use their own audio visual equipment and if there is a cost incurred for connection to hotel PA system with use of own equipment. Government reserves the right to hire an outside audio visual 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). The 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 services, cancellation fees, attrition costs, and 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 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 or 3rd Party Event Planning Services. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable.) 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; 2. Location; 3. Experience with large conferences, and 4. Price (Cost of accommodations, services, Cancellation fee, Attrition and refreshments). 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 the FAR 52.212-3 Offeror Representations and Certification along with his/her proposal; FAR 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 FAR 52.212-1, Schedule of Prices Offered, and a completed copy of provision FAR 52-212-3. Submit all price, descriptive literature, technical proposals, and a full Hotel Contract to: Susie L. Riedthaler Event Manager/Contracting Officer Department of Veterans Affairs, Employee Education System 550 Foothill Drive, Suite 100 Salt Lake City, UT, 84113 Phone 801-924-6842 Fax 801-924-6806 or 6811 Email Susie.Riedthaler@va.gov Closing date for receipt of proposals is Friday, March 27, 2009 @ 3pm CT.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8e685349c4ba4cb28b33bd606c957214&tab=core&_cview=1)
 
Record
SN01774338-W 20090322/090320220749-8e685349c4ba4cb28b33bd606c957214 (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.