Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOLICITATION NOTICE

V -- HOTEL ACCOMMODATIONS AND CONFERENCE SERVICES

Notice Date
9/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
CLEVELAND BUSINESS OFFICE;DEPARTMENT OF VETERANS AFFAIRS;10000 BRECKSVILLE ROAD;BRECKSVILLE, OH 44141
 
ZIP Code
44141
 
Solicitation Number
VA-777-09-RP-0290
 
Response Due
9/11/2009
 
Archive Date
11/10/2009
 
Point of Contact
GWENDOLYN SELLERS810 VERMONT AVE., NW
 
E-Mail Address
POC email address
(gwendolyn.sellers@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, located: 1st Choice: Dallas, TX; 2nd Choice: St. Louis, MO. Request for Proposal VA-777-09-RP-0290 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. 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 2005-36 and VAAR 97-10. NAICS Code 721110 and the small business size standard is $7.0 million. This FedbizOps announcement/solicitation is solicited unrestricted and constitutes the only bid document that will be issued. The Period of Performance for this requirement is: November 17 through November 18, 2009; Alternate Date: November 18-19, 2009 will be considered. Approximately 250 sleeping rooms and the required meeting space must be housed in the same facility). The Department of Veterans Affairs (VA), Employee Education System (EES) is sponsoring a training conference on the topic of Veterans Justice Outreach Training. The hotel shall accommodate 250 sleeping rooms (based on the timeframe), shall provide all requirements specified for conference needs in Parts A, B and C below, and lodging rates must be within the Government Per diem rate ($117) or lower for Dallas or ($110) or lower for St. Louis. A response to requirements listed below shall be submitted on hotel 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, menus. To be eligible for award under this solicitation, the offeror must propose for use a facility that is 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 and the Central Contractor Registration website (www.ccr.gov). 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. 12101 et. Seq.). The hotel facility shall accommodate an estimated 250 to 300 attendees with the following needs: 0001: Hotel Lodging- (1a) 250 sleeping rooms 250 participants will check in on Monday, November 16, 2009, 240 will check out on Wednesday, November 18 and 10 will check out on Thursday, November 19 ; Alternate date: 250 participants will check in on Tuesday, November 17, 2009, 240 will check out on Thursday, November 19 and 10 will checkout on Friday, November 20, 2009 Rooms must be individual/private sleeping rooms with toilet facilities. Payments for Part A shall be the sole responsibility of each participant, to include no-shows fee. 0002: One (1) Meeting Space: General Session room needed Monday, November 17 thru Wednesday, November 18, 2009 or alternate dates of Wednesday November 18 thru Thursday, November 19 to accommodate 300 people set in rounds with crescent seating of 6 to 7 per table, additional sq ft for audio visual equipment and a head table for four on a Riser, faculty table in front of room with seating for 4. A spacious square shape room required without pillars and a 12 to 15 ft or greater ceiling. General Session Room must remain on 24 hold. 0002AB: Registration to be set-up outside or in close proximity of the General Session meeting room beginning at 12:00 noon on Monday, November 16 and ending on Wednesday, November 18, 2009 or the alternat dates of Tuesday, November 17 thru Thursday, November 19, 2009 (must remain on 24-hour basis). 0002AC: Lockable office/storage room, large enough for small meeting plus storage for conference materials, room must be available at 1pm on November 16 or 17, 2009 and on 24-hour hold through conclusion of conference (approximately 1:30pm on November 18 or 19, 2009. 0003: Anticipate light refreshments for morning and afternoon breaks for 250 to 300 people on Tuesday, November 17 Wednesday, November 18, 2009, please provide menus. The Department of Veterans Affairs Procurement Policy will not guarantee a minimum amount of food and beverage revenue. 0004: Other requirements; variety of restaurants and shops within walking distance (not to exceed 4 normal blocks) in a safe area. 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. Note: Federal Government reserves the right to hire an outside AV 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). VA reserves the right to conduct an on-site inspection of offered facilities. 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. Any offer that does not meet the solicitation requirements will be rejected as non-responsive. The following provisions and clauses shall apply to this solicitation: FAR 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); FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation Commercial Items (factors listed in descending order of importance): Item 1. Size, quality of services, and accommodations. Item 2. Location. Item 3. Experience with large conferences, Item 4. Price, cost for accommodations, services, cancellation fee, attrition and refreshments. Size, quality of services, accommodations, location and experience with large conferences, when combined are more important than price); FAR 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; FAR 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 232-10 Availability of Funds for the Next Fiscal; 52.233-2 Service of Protest (Sep 2006); VAAR 852-233-70 Protest Content/Alternative Dispute Resolution (JAN 2008); VAAR 852-233-71 Alternate Protest Procedure (JAN 1998) 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 Hotel Contract to Gwendolyn Sellers, Event Manager, Department of Veterans Affairs, Employee Education System, 810 Vermont Ave. NW, Washington, DC 20420. Phone (202) 461-4064, Fax (202) 501-3462, or email: Gwendolyn.sellers@va.gov. Faxed proposals will be accepted. Closing date for receipt of proposals is Friday,September 11, 2009 at 3:00pm EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAC/VAAAC/VA-777-09-RP-0290/listing.html)
 
Record
SN01945815-W 20090910/090909085510-06ca8c74ba4a64ec7b00ac189d5c2f6a (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.