Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
MODIFICATION

X -- New Employees Conference

Notice Date
6/8/2009
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
National Labor Relations Board, Division of Administration, Procurement and Facilities Branch, 1099 14th Street, N.W., Washington, District of Columbia, 20570
 
ZIP Code
20570
 
Solicitation Number
NLRB-NEC-2009
 
Archive Date
6/30/2009
 
Point of Contact
Ebony Fultz, Phone: 2022730731
 
E-Mail Address
Ebony.Fultz@NLRB.gov
(Ebony.Fultz@NLRB.gov)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this Amendment is to extend the due date for submission of proposals until Monday, June 15, 2009 at 3:00 pm. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Proposal (RFP) # NLRB-NEC-2009, when responding to this notice. This RFP will result in the award of a Firm Fixed Price contract for hotel lodging, catering, and conference rooms for the National Labor Relations Board’s New Employees Conference. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32, effective March 31, 2009. The National Labor Relations Board is located at 1099 14th Street, N.W., Washington, D.C. 20570. The period of performance is for a five (5) day period in the month of August or September. (The offeror should propose one or more 5-day periods, within the month of August or September 2009. The National Labor Relations Board is an independent federal agency created by Congress in 1935 to administer the National Labor Relations Act, the primary law governing relations between unions and employers in the private sector. The statute guarantees the right of employees to organize and to bargain collectively with their employers, and to engage in other protected concerted activity with or without a union, or to refrain from all such activity. The purpose of this Agency-wide Formal Orientation and Training Conference for New Employees is to provide substantive and procedural training to new employees. The Agency’s most recent Formal Orientation and Training Conference for New Employees was held in August 2005, at the Madison Hotel 1177 15th St NW, Washington, DC The following mandatory requirements must be met for an offer to be considered. The hotel must be 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 offerors facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12010 et. seq.) Conference accommodations for 125-135 individuals which includes providing 90-95 sleeping rooms at or below the government per diem rate for a four-day period, beginning on Monday. Food and beverage services as described below. Conference Rooms include one (1) general session room to accommodate 125-135 individuals as well as a LCD Projector package and two flipchart packages; five (5) breakout rooms to accommodate 25-30 individuals each, one (1) flipchart package; two (2) large break-out rooms to accommodate 50-60 individuals each, LCD Projector package and two flipchart packages; as well as and one (1) administrative office for use by the planning staff to include tables, chairs set up as outlined below, and two (2) telephone lines for direct in-coming and out-going calls, and access to three (3) high speed internet connections. The Agency does not anticipate utilizing any “realtime” broadcast of the conference events. In the event the Agency determines that a recording of the events is desirable for future use on its website, or in any other venue, the Agency reserves the right to provide and operate its own equipment. Conference Dates: August 3, 2009 through 7, 2009; August 17, 2009 through August 21, 2009, August 31, 2009 through September 4, 2009, or September 14, 2009 through September 18, 2009. The conference dates will be determined based on availability. Property Details: The hotel must provide conference accommodations (meeting rooms and related services) for 125-130 individuals, lodging for 90-95 people and daily parking for approximately 20-25 cars and overnight parking for approximately 20-25 cars. It must be located in downtown Washington, DC, within walking distances of NLRB Headquarters at 1099 14th St. NW, Washington, DC. The hotel should be within walking distance of a variety of restaurants. Participants: Approximately 125-135 total participants: Managers and employees from each of the Regional and Sub-Regional Offices, Board and General Counsel’s Headquarters divisions, and outside instructors. Requirements Hotel Lodging: Lodging will be selected for one location only in downtown Washington, D.C. and within walking distance from the NLRB. August 2 through 7, 2009 40-45 sleeping rooms per night August 3 through August 7, 2009 45-50 sleeping rooms per night OR August 16 through August 21, 2009 40-45 sleeping rooms per night August 17 through August 21, 2009 45-50 sleeping rooms per night OR August 30 through September 4, 2009 40-45 sleeping rooms per night August 31 through September 4, 2009 45-50 sleeping rooms per night OR September 13 through September 18, 2009 40-45 sleeping rooms per night September 14 through September 18, 2009 45-50 sleeping rooms per night Conference Format: Attendees will be checking-in on either Sunday or Monday at noon, and checking-out on Friday morning. 1. Office and Registration Area One (1) lockable office which can be used to hold small meetings for the conference planning staff of five (5) individuals and also be used to store conference materials such as AV equipment, easels etc.). This space must be available beginning at 9:00 a.m. on Day One, and on 24-hour hold through conclusion of conference on Day Five (Friday). (** Room must be able to accommodate 5 tables with chairs, arranged around the perimeter of the room, and have two (2) telephone lines for direct in-coming and out-going calls, and access to three (3) high-speed internet connections.) One (1) registration area set up near/adjacent to the general session room. 2 tables skirted four (4) chairs and two waste receptacles. Registration area is to be set up/available by Noon (12:00 p.m.) on Day One (Monday), and remain set-up and available through conclusion of conference on Day Five (Friday). 2. Meeting Space A total of eight (8) meeting spaces will be required: One (1) General Session Room *spacious, square shape room required* - room large enough to accommodate 160 people set in crescent-round style seating, (6 people per round table), reserved faculty table in front of room with seating for six (6), and staff table in back of room with seating for (4). (**Room must be large enough to accommodate LCD Projector package (to include LCD projector, screen, AV cart, multi-plug extension cord, at least one “lavalier“ microphone and two stationary microphones, and audio sound system) and two (2) flipchart packages (easel, markers and post-it type flip chart paper). This room may also be used as a breakout room for two (2) groups. Room must be available on Day One (Monday), Day Three (Wednesday), and Day Four (Thursday). Five (5) Breakout Rooms – each room should be large enough to accommodate 20-25 people each, set in conference–room style. (**Rooms must be large enough to accommodate LCD Projector package (to include LCD projector, screen, AV cart, multi-plug extension cord and audio sound system) and one (1) flipchart package (easel, markers and post-it type flip chart paper). Rooms must be available from Day One (Monday) through Day Five (Friday) One (1) Session Room – large enough to accommodate 60 people set in classroom seating, reserved faculty table in front of room with seating for six (6), and staff table in back of room with seating for (4). (**Room must be large enough to accommodate LCD Projector package (to include LCD projector, screen, AV cart, multi-plug extension cord, at least one “lavalier“ microphone and two stationary microphones, and audio sound system) and two (2) flipchart packages (easel, markers and post-it type flip chart paper)). Room must be available on Day Four (Thursday) NOTE: Government reserves the right to hire an outside audio visual company without any penalties incurred as part of the fair practice procurement regulations. Awards Ceremony: Day One (Monday) One (1) room large enough to accommodate 150 – 160 people. Hor d’oeurves and a cash bar from 5:30 – 7:30 p.m. A standing podium with microphone, and two (2) skirted tables’ set-up at one end of room. Please provide menus and pricing. **The Federal Government policy does not permit a guaranteed amount of food and beverage revenue. Anticipated light refreshments: Days Two through Day Four. Please provide menus and pricing. **The Federal Government policy does not permit a guaranteed amount of food and beverage revenue. oContinental breakfast on Days Two through Day Five. oMid-morning replenishment of beverages on Days Two through Day Five. oAfternoon refreshments on Days Two, Three, and Four Proposals submitted in response to this RFP must be receive no later than 3:00 pm ET, Monday, June 15, 2009. Proposals can be submitted via e-mail or post office mail. All proposal documents shall be received no later than the due date and time. Proposals submitted by post office mail shall be mailed to the following location: National Labor Relations Board Procurement and Facilities Branch 1099 14th Street, N.W., Room 6100 Washington, D.C. 20570 To assure that your package arrives at the proper place on time and to prevent opening by unauthorized individuals, your proposal must be identified on the envelope or wrapper as follows: Proposal submitted in response to RFP #. NLRB-NEC-2009 Contracting Officer: Ebony Fultz Due Date 3:00 pm ET on Monday, June 15, 2009 Proposals received after the time and date specified above will not be accepted. CLIN 0001Hotel Lodging located in downtown; Washington, D.C. within walking distance from NLRB for 90-95 sleeping rooms CLIN 0002Meeting Space to accommodate 125-135 individuals as described in the Meeting Space Section above CLIN 0002AOne (1) General Session Room; CLIN 0002BFive (5) Breakout rooms; CLIN 0002COne (1) Session Room CLIN 0002DOffice/Registration Area CLIN 0003Food and Beverage Services oHor d’oeurves to be served at the Awards Ceremony on Day One oContinental breakfast on Days Two through Day Five oMid-morning replenishment of beverages on Days Two through Day Five oAfternoon refreshments on Days Two through Day Four CLIN 0004Audio Visual and Flipchart Equipment APLICABLE PROVISIONS: The following clauses apply to this acquisition and are incorporated by reference. These clauses can be read in their entirety at www.arnet.gov. The Contracting Officer, upon request, shall provide the full text of any provision or clause incorporated by reference. 52.212-1 Instructions to Offerors—Commercial Items (June 2008); 52.212-2 Evaluation Commercial Items (Jan 1999) 52.212-3 Offeror Representations and Certifications—Commercial Items (FEB 2009;) (**The contractor is responsible for including a complete copy of the Representations and Certifications with their offer or indicate certifications in ORCA at https://orca@bpn.gov). 52.212-4 Contract Terms and Conditions—Commercial Items (OCT 2008); 52.212-5 Contract Terms and Conditions required to implement statues or executive orders – commercial items (Mar 2009) The following additional FAR clauses cited in this clause are applicable: 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-41 Service Contract Act 0f 1965 (Nov 2007) 52.222-43 Fair Labor Standards Act and Service Contract Act – Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration (Oct 2002) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information. (May 1999) Proposal Submission All interested parties shall submit, with the proposal, a detailed breakdown of all costs to include meeting space, rental of AV equipment and support, Food and Beverage services and any other miscellaneous services and equipment which are necessary for the success of the conference. Proposal must include menus and pricing for Food and Beverage Services, Audio Visual equipment, and Flipchart equipment. Proposal must indicate whether hotel agrees to the right of the NLRB to use its 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. A hotel contract shall be submitted with your technical and price proposal, along with descriptive literature to include sleeping rooms, meeting room space, diagrams and square footage, and menus ** Third party proposals such as proposals from Meeting/Conference Management Services will not be considered. QUESTIONS: All questions shall be submitted via email, with the subject of the email referencing the solicitation number, by 12:00 noon EST on Thursday, May 21, 2009 to Ebony.Fultz@NLRB.gov questions will be consolidated and answered and posted as an amendment no later than Tuesday, May 26, 2009. **If no questions are submitted there will be no additional posting. The Offeror shall submit separate technical and cost proposals that will sufficiently address the Statement of Work (SOW). Proposals are due by 3:00 pm ET on Monday, June 15, 2009; via email to Ebony Fultz at Ebony.Fultz@NLRB.gov. The Government intends to award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technical Capability 2) Past Performance 3) Total Price Proposed In determining the best value to the Government, the Technical Capability and Past Performance Evaluation Criteria, when combined, are more important than the total price. Contractors are cautioned that the award may not necessarily be made to the contractor with lowest cost. The Government reserves the right to evaluate proposals and make award without conducting discussions, but reserves the right to conduct discussions with one or more offerors and request revised proposals. Although price is not the determining factor for award, it may become the determining factor for award if two or more offers, after technical evaluations are completed, are determined to be technically equal. Factor I - Technical Capability a. Contract Requirements - Proposals will be evaluated on the offerors ability to provide all of the contract requirements relating to lodging, meeting space, and food and beverage requirements. Proposals must address the offerors’ ability to comply with the Hotel and Motel Fire Safety Act of 1990 and the Americans with Disabilities Act (ADA) as it relates to lodging and meeting spaces. Site Visits will be conducted to evaluate the accommodations, conference rooms, location and amenities. b. Location - Proposals will be evaluated on the ability of the offeror to provide a facility located in downtown Washington, D.C. within walking distance of NLRB headquarters at 1099 14th Street, NW and metro stations. c. Availability of Dates - Proposals will be evaluated on the ability of the offeror to provide the required services on the dates requested. d. Other Considerations; transportation to major airports, availability and cost of on-site guest parking and diversified, adequate and reasonable food services must be available on-site and within walking distance. e. Availability of Daily/Overnight self-pay parking on Days One through Day Five for up to 40 people. Factor II - Past Performance The offeror must provide references for at least three (3) federal government contracts for similar work performed within the past three (3) years. The offeror will be evaluated based on customer satisfaction and timeliness on requirements similar size and scope. The contact information for each reference shall include the following: Contract type Contract number Contract Value Agency/Company Name Agency/Company point of contact telephone number Duration of Contract Type of services provided (brief description) List any problems encountered on each contract and the contractor’s corrective actions In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. Factor III – Price Proposed prices will be compared to proposed cost of same or similar services in order to determine if the proposed prices are realistic, fair and reasonable. Although price is not the determining factor for award, it may become the determining factor for award if two or more offers, after technical evaluations are completed, are determined to be technically equal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NLRB/DA/OPFB/NLRB-NEC-2009/listing.html)
 
Place of Performance
Address: Downtown, Washington, D.C., Washington, District of Columbia, United States
 
Record
SN01839130-W 20090610/090608235434-e3431ef53ad3d0a6a1538c43ace8211a (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.