Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2009 FBO #2910
SOLICITATION NOTICE

V -- HOtel Accommodations, Conference Space and Hotel Services

Notice Date
11/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
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-777-10-RP-0026
 
Response Due
11/19/2009
 
Archive Date
1/18/2010
 
Point of Contact
Robin WilsonEvent Manager/Contract Officer
 
E-Mail Address
POC email address
(robin.wilson@va.gov)
 
Small Business Set-Aside
N/A
 
Description
DescriptionPrimary Care Leadership March 15-18, 2010 VA-777-10-RP-0026 This is a combined synopsis/solicitation to negotiate a Firm Fixed Price type contract for Hotel Accommodations and Conference Space, located in downtown (or within 3-city blocks of restaurants) of the (1) San Francisco CA, or (2) Seattle WA, or (3) Las Vegas NV (in order of preference) area. Dates are not flexible. Request for Proposal VA-777-10-RP-0026 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 2005-37, Effective 14 Oct 2009, and VAAR 97-10. NAICS Code 721110 and the small business size standard is $7M, 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 will be March 15-18, 2010. An estimated 750 (peak night) sleeping rooms and the required meeting space MUST be housed in the same facility. The Department of Veteran Affairs, Employee Education System (EES) is sponsoring a training conference on the topic of Primary Care Leadership. The hotel shall accommodate 750 sleeping rooms (peak night), checking in Sunday, March 14, 2010 and Monday, March 15, checking out Thursday, March 18, 2010; and shall provide all requirements specified for conference needs in Parts A, B and C below, and lodging rates MUST be within or lower than the Government Per Diem rate for the area and non-commissionable. A response to requirements listed 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, 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.). The hotel facility must accommodate an estimated 750 attendees with the following needs: Part A: Hotel Lodging estimate 2550 sleeping room nights for participants arrival on Sunday, March 14, 2010, checking out Thursday, March 18, 2010. (Pattern/totals per night: Sunday=300, Monday=750, Tuesday=750, Wednesday=750, and Thursday=30 possibly will stay over. Rooms must be individual/private sleeping rooms with toilet facilities at government per diem (or below) rate for San Francisco CA ($166) or Seattle WA ($159) or Las Vegas NV ($118). Payments for Part A shall be the sole responsibility of each participant, to include no-show fees. *Need one handicap accessible room with roll in shower and available armchair in room for Program Manager Sunday, March 14-Thursday March 18. 1)ONE LARGE General Session Meeting Space for Monday, March 15, 2010 at 8:00am, 5:00pm (24-hour Hold) to accommodate 280 ppl in Rounds of 6 per table. Standing podium on riser. Panel table with seating for 4 on riser in the front of the room, stairs with handrails on riser. Two Tables with seating for 6 in rear of room for faculty. Full AV equipment on riser in back of room, room for rear screen projection in front of room. Room without pillars and 12-ft or greater ceiling. AV setup Sunday, March 14 starting at 9:00am, through Thursday at 3:00pm (24-hour hold). Actual conference starting Monday, 8:00am thru Thursday at 1:00 pm. 2) ONE LARGE General Session Meeting Space for Tuesday, March 16 at 8:00am, thru Thursday, March 18, 2:00pm (24-hour Hold) to accommodate 750 ppl in Classroom (herringbone) style. Standing podium on riser. Panel table with seating for 4 on riser in the front of the room, stairs with handrails on riser. Two Tables with seating for 6 in rear of room for faculty. Full AV equipment on riser in back of room, room for rear screen projection in front of room. Room without pillars and 12-ft or greater ceiling. 3) REGISTRATION Area starting at 4:00-6:00pm on Sunday, March 14, 6:30 am Monday March 15 thru Thursday, March 18 at 2:00 pm (24-hour hold). Registration -3 skirted tables with 4 chairs plus two skirted tables against wall behind registration table for conference materials, 2 waste receptacles, water service, electrical outlet, Internet connection. 4) TWO to THREE break out rooms Monday, March 15, 8:00 am 5:00 pm (24 hour hold) large enough to hold 95 participants each, set in crescent rounds of 5, Standing podium in front of room. 5) SEVEN break out rooms Tuesday, March 15, 8:00 am 5:00 pm through Wednesday, March 17 (24 hour hold) large enough to hold 120 participants each, set in classroom style, Standing podium in front of room. 6) OFFICE for conference staff, materials storage, committee meetings Sunday, March 14, 6:00 am through Thursday, March 18, 3:00 pm. Must be a locked, secure room, near the general session area. Tables placed around perimeter, conference table set for 8, electrical outlet. 7) POSTER ROOM to accommodate 15 free standing 8 ft. poster boards Tuesday, March 16 through Wednesday, March 17, 8:00 am 5:00 pm. Must be located near the general session room for participant access during breaks and lunch. Part C: Anticipate Light refreshments for morning and afternoon breaks. Please provide menus. The Federal Government policy does not permit a guaranteed amount of food and beverage revenue. Part D: Other requirements: facilities located in the downtown area will receive the highest consideration as these are the most desirable location for this event; must be within walking distance of a variety of restaurants and shops (not to exceed 3 city blocks) in a safe area; Complimentary shuttle to nearby eating facilities and/or airport. Proposal must indicate whether the 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 audiovisual company without any penalties incurred as part of the fair practice procurement regulations. All proposals submitted in response to this solicitation 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). The technical proposals will be evaluated for size, quality of services and accommodations, ADA 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. 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 or Consultant 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 (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 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. AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond Dec 18, 2009. The Governments obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond Dec. 18, 2009, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) Submit all prices, descriptive literature, technical proposal, and a completed Hotel Contract to: Robin Wilson, CMP, CGMP Event Manager/Contracting Officer Department of Veterans Affairs Employee Education Center, EES 5901 E. 7th Street (OOE), Long Beach, CA 90822. Phone (562) 826-5505, Ext. 2192 Fax (562) 826-5453, or email robin.wilson@va.gov. Faxed proposals will be accepted. Closing date for receipt of proposals and all required documents is Thursday, November 19, 2009 at 3:00 PM PST
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAC/VAAAC/VA-777-10-RP-0026/listing.html)
 
Record
SN02001552-W 20091112/091110235346-6180799b4f5c84596d9a757de2390640 (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.