Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2009 FBO #2850
AWARD

V -- Hotel Accommodations, Conference Space & Hotel Services

Notice Date
9/11/2009
 
Notice Type
Award Notice
 
NAICS
721120 — Casino Hotels
 
Contracting Office
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-0288
 
Response Due
9/4/2009
 
Archive Date
10/10/2009
 
Point of Contact
Kimberley KapicaContracting Officer/Event Manager
 
E-Mail Address
POC email address
(kimberley.kapica@va.gov)
 
Small Business Set-Aside
N/A
 
Award Number
V777P-09-143
 
Award Date
9/10/2009
 
Awardee
COLONY RESORTS LVH ACQUISITION LLC;3000 PARADISE ROAD;LAS VEGAS;NV;891091287
 
Award Amount
24,999.00
 
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 Las Vegas, Nevada. Request for proposal VA-777-09-RP-0288 (777-09-H153) 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 2005-36, effective August 11, 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 5, 2009 October 8, 2009 (approximately 1050 sleeping room nights and required meeting space.). Department of Veterans Affairs, Employee Education System (EES) is sponsoring a training conference VHA Improvement Forum (Oct. 2009). The hotel must accommodate approximately 2350 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 Las Vegas, NV and must accommodate attendees with the following needs: Part A: Hotel Lodging 10/05/09 825 sleeping rooms, 10/06/09 825 sleeping rooms and 10/7/09 700 sleeping rooms. Rooms must be individual/private sleeping rooms with toilet facilities at or below the current government per diem rate for Las Vegas, NV ($109). ***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: Pre-Conference Meeting room set conference style to accommodate 15 and include water service, room is to be set/available at 2pm on Oct. 5, 2009 and to remain same through 7pm on Oct. 5, 2009. General Session large spacious room, with unobstructed view set in crescent rounds of seven (7) each for 880 ppl to include panel table on riser with seating for eight (8) with standing lectern/mic, reserved staff table in rear of room with seating for six (6). This group will require an LCD Projector package (includes laptop with Office 2007 and wireless remote to advance slides) with two (2) large screens. General session room is to be set/available at 10am on October 5, 2009 and to remain same (24 hour hold) thru conclusion of event, approximately 3pm on October 8, 2009. (We will have satellite uplink ensure room is large enough to accommodate this additional equipment.) Registration area is to be set up outside of general session room (prefer registration booth), if this option is not available then we will require three (3) U-shape registration areas with seating for two (2) at each registration area, to include three (3) complimentary WiFi connections, large waste receptacle and water service. Registration area is to be set up/available at 11am on October 5, 2009 and to remain same (24 hour hold) thru approximately 4pm on October 8, 2009. (We will host pre-conference registration on Monday, October 5, 2009.) Breakout Rooms: In addition to the general session room this group will require eight (8) breakout rooms, each room must be able to accommodate the following: crescent rounds of six (6) each to accommodate 120 ppl, head table on riser in front of room with seating for three (3) to include standing lectern/mic, two (2) flipchart packages (includes flip chart paper (post it type), easel and markers) and LCD Projector Package (includes LCD Projector, laptop computer with Office 2007, wireless remote to advance slides, AV cart and required cabling) and large screen. Breakout rooms are to be set/available at 3pm on October 5, 2009 and to remain same (24 hour hold) through conclusion of conference, approximately 3pm on October 8, 2009. Speaker Ready Room: Room set conference style for ten (10), located in close proximity to general session room, speaker ready room is to be set/available at 5am on Oct. 6, 2009 and to remain same, 24 hour hold through 2pm on Oct. 8, 2009. Lockable office/conference material storage room: Lockable office/storage room for conference materials, room large enough to accommodate six (6) ppl with conference style seating, complimentary house phone and WiFi connection, water service and waste receptacle. Lockable office/storage room is to be set/available at 11am on 10/5/09 and to remain same (24-hour hold) through 4pm on 10/08/09. Lockable space for AV Equipment lockable storage room (medium size room) for storage of AV equipment, room is to be available beginning at 1pm on 10/05/09 and to remain same through 3pm on 10/08/09. Poster Session Room/Exhibit Hall: large spacious room to accommodate eighty (80) storyboard booths (10 x 10) with flow for 500, this room is to be set/available at 12noon Oct. 5, 2009 and to remain same (24 hour hold) through 3pm on October 8, 2009. Part C: Anticipate light refreshments October 6 - 8, 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 in the downtown area/near various shopping/dining options will receive the highest consideration as these are the most desirable location/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 with proposal/hotel contract. All proposals submitted in response to VA-777-09-RP-0 (777-09-H153) 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, 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 Friday, Sept. 4, 2009, at 12noon CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAC/VAAAC/VA-777-09-RP-0288/listing.html)
 
Record
SN01950579-W 20090913/090912000609-06c625e32a99bb63868cddc7b6dec869 (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.