Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
SOLICITATION NOTICE

V -- Hotel Accommodations, Conference Space and Hotel Services

Notice Date
8/5/2009
 
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 Veteran Affairs;Employee Education System (EES);Attn: Contracting Office BLDG 50;#1 Jefferson Barracks Dr;Saint Louis MO 63125
 
ZIP Code
63125
 
Solicitation Number
VA-777-09-RP-0268
 
Response Due
8/10/2009
 
Archive Date
10/9/2009
 
Point of Contact
Kimberley KapicaContracting Officer/Event Manager<br />
 
E-Mail Address
POC email address
(kimberley.kapica@va.gov)
 
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 in Atlanta, GA (Buckhead area). Request for proposal VA 777-09-RP-0268 (777-09-H150) 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. VA will not consider a proposal submitted by an offeror that is not a hotel. This is NOT a solicitation for Event Planning Services. This announcement incorporates FAR provisions and clauses in effect through FAR FAC 2005-33, effective June 15, 2009 and VAAR 97-10. NAICS Code 721110 and the small business size standard is $7million. The BOS announcement/solicitation is solicited unrestricted and constitutes the only bid document that will be issued. The Period of Performance for this requirement is October 13-16, 2009 (approximately 610 sleeping room nights and required meeting space.). Department of Veterans Affairs, Employee Education System (EES) is sponsoring a training conference 2010 WMC Retreat. The hotel must accommodate approximately 610 sleeping room nights (based on timeframe), must provide all requirements specified for conference needs in Parts A, B, C and D below, and must provide lodging rates within the stated Government per diem rate or lower for the area. A response to requirements listed below shall be submitted on letterhead and must address all requirements listed in a separate technical proposal. A completed hotel contract with non-commissionable meeting rates 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, 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, conference, 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. 12010 et. seq.). The hotel facility is to be located in Atlanta, GA (Buckhead area) and must accommodate attendees with the following needs: Part A: Hotel Lodging 10/12/09 105 sleeping rooms, 10/13/09 120 sleeping rooms, 10/14/09 185 sleeping rooms, 10/15/09 185 sleeping rooms and 10/16/09 15 sleeping rooms. Rooms must be individual/private sleeping rooms with toilet facilities at or below the current government per diem rate for Atlanta, GA ($141). ***Payments for Part A shall be the sole responsibility of each participant, to include no-show fees.*** Part B: Meeting Space (1) (a) Meeting Space: General Session large spacious room set in crescent rounds of six (6) each for 200 to include standing lectern/mic with panel table on riser with seating for four (4),reserved staff/faculty table in rear of room with seating for four (4). This group will require an LCD Projector package (includes laptop and wireless remote to advance slides) with two (2) large screens, ten (10) flipchart packages (includes easel, post it type flip chart paper and markers), one (1) wireless lavaliere mic, four (4) wireless hand held mics with stands for audience Q&A. General session room is to be set/available at 7pm on October 12, 2009 and to remain same (24 hour hold) thru conclusion of event, approximately 1pm on October 16, 2009. Breakout Rooms in addition to the general session room this group will require seven (7) breakout rooms as follows: 1.) WMC Managers, room large enough to accommodate 15 ppl set in crescent rounds of five (5) each and one (1) flipchart package. 2.) HPDM, room large enough to accommodate 40ppl set in crescent rounds of five(5) and one (1) flipchart package, 3.) Ops/Admin, room large enough to accommodate 15 ppl set in crescent rounds of five (5) each and one (1) flipchart package, 4.) EEO, room large enough to accommodate 5 set in a single crescent round of five (5) and one (1) flip chart package, 5.) HRM, room large enough to accommodate 35 ppl set in crescent rounds of five (5) and one (1) flipchart package, 6.) Executive Recruitment, room large enough to accommodate 10 ppl set in crescent rounds of five (5) each and one (1) flipchart package, 7.) Workforce Planning, room large enough to accommodate four (4) ppl set in a single crescent round and one (1) flipchart package. All seven (7) breakout rooms are to be set/available at 7pm on October 13, 2009 and to remain same (24 hour hold) thru 12:00pm on October 16, 2009. Office/Lockable Storage lockable room large enough to accommodate storage of conference materials and four (4) set conference style, to include large waste receptacle, complimentary house phone and water service. Office/lockable storage room is to be set/available at 5am on Oct. 13, 2009 and to remain same (24 hour hold) thru 2pm on Oct. 16, 2009. Staff room room large enough to accommodate 15 ppl set conference style to include water service, staff room is to be set/available at 5am on Oct. 13, 2009 and to remain same (24-hour hold) thru 12:30pm on Oct. 16, 2009. Registration area is to be set up outside of general session room, U-shape with seating for two (2) to include complimentary WiFi connection, large waste receptacle and water service. Registration area is to be set up/available at 7pm on Oct. 12, 2009 and to remain same (24 hour hold) thru approximately 2:00pm on Oct. 16, 2009. Part C: Anticipate light refreshments October 14-16, 2009. Please provide menus and pricing. **The Federal Government policy does not permit a guaranteed amount of food and beverage revenue. Part D: Location Requirements: 1. Facilities that are located near various shopping/dining options (Buckhead area) will receive the highest consideration as these are the most desirable locations/area for this event. 2. Variety of restaurants within walking distance (not to exceed 3 normal blocks) in safe area. 3. Walking distance in safe area or complimentary shuttle to nearby eating facilities. Proposal must indicate whether hotel agrees to the right of DVA to use their 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. Please include AV price list. All proposals submitted in response to VA-777-09-RP-0268 (777-09-H150 shall remain valid for thirty (30) days to accommodate possible legal reviews. 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). 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 separately from the technical proposal and will be evaluated in terms of cost for accommodations and service, cancellation and attrition, 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. However, VA will not consider or accept a proposal submitted by an offeror that is not a hotel. (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://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 (downtown location, distance from airport); 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 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 52.212-3. Submit all prices, descriptive literature (AV price list, menus with pricing), technical proposal, and a completed hotel contract to: Kimberley Kapica, CGMP Event Manager/Contracting Officer Department of Veterans Affairs - EES (00E) 5901 E. 7th Street Long Beach, CA 90822 Phone (562) 826-5505 ext. 2334 FAX (562) 826-5453 or 5785 Email: Kimberley.kapica@va.gov Faxed proposals will be accepted. Closing date for receipt of proposals is Monday, August 10, 2009, at 10am CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAC/VAAAC/VA-777-09-RP-0268/listing.html)
 
Record
SN01900623-W 20090807/090806001709-f4064fc359542f2a753c8b03d01c3586 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.