Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2010 FBO #3010
SOLICITATION NOTICE

X -- OFFICE MANAGERS CONFERENCE

Notice Date
2/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
National Labor Relations Board, Division of Administration, Acquisitions Management Branch, 1099 14th Street, N.W., Washington, District of Columbia, 20570, United States
 
ZIP Code
20570
 
Solicitation Number
RFQ-NLRB-EDV-10-003
 
Archive Date
5/1/2010
 
Point of Contact
Douglas S. Wolf, Phone: 2022734218, DELFINA ST. CLAIR, Phone: 202-273-4212
 
E-Mail Address
doug.wolf@nlrb.gov, delfina.st.clair@nlrb.gov
(doug.wolf@nlrb.gov, delfina.st.clair@nlrb.gov)
 
Small Business Set-Aside
N/A
 
Description
For this contract action, the NLRB will not consider or accept a proposal submitted by a quoter that is not a Hotel. The RFQ does not require Event Planning Services or 3rd Party Event Planning or Consultant Services. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) # RFQ-NLRB-EDV-10-003. 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 Ofice Managers Conference. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 (Correction), effective December 10, 2009. OVERVIEW: 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. This primary purpose of this conference is to develop supervisory and team building skills. This conference will provide tools and resources to help the participants to be more effective managers. 1.0 CONFERENCE DATES May 10 through May 13 (preferred), or May 3 through May 6, 2010 or May 17 through May 20, 2010 may be considered. The conference will begin at 8:00 a.m. Tuesday and close at 5:00 p.m. Thursday. 2.0 CONFERENCE LOCATION The successful hotel facility must be located within a one (1) mile radius of the National Labor Relations Board Headquarters located at 1099 14 th street NW, Washington DC. Offerors not satisfying this location requirement shall not be considered. 3.0 CONFERENCE REQUIREMENTS Conference accommodations for approximately 100-110 individuals which shall require at a minimum: Providing approximately 80 sleeping rooms at or below the government per diem rate for a four day period, beginning on Monday and ending on Thursday. All lodging shall only be provided at one facility location. Attendees will be checking-in on Monday afternoon/evening with check-out on Friday morning. A preference will be given to hotels located within easy access of a variety of restaurants. Providing Conference Rooms, all rooms with free high speed internet access (WIFI preferred) or equal, to include: •(1) General Session room to accommodate approximately 100-110 individuals set in crescent style seating, (6 people per crescent table); a reserved faculty table in front of room with seating for six (6); a staff table in the back of room with seating for four (4). This General Session room shall include a 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 shall be available Tuesday through Thursday. •(2) Five (5) spacious breakout rooms to accommodate approximately 20 individuals in each room and to include in each room a 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 a flipchart package (easel, markers and post-it type flip chart paper); •(3) Two (2) additional spacious break-out rooms to accommodate approximately 30-40 individuals in each room and to include in each room a 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 a flipchart package (easel, markers and post-it type flip chart paper); •(4) One (1) lockable administrative 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 2:00 p.m. on Monday, and on 24-hour hold through 12:00 Noon on Friday. This room shall be able to accommodate 5 tables with 15 chairs, arranged around the perimeter of the room, and have two (2) telephone lines for direct in-coming and out-going calls. •(5) One (1) registration area set up adjacent to the General Session room. Two (2) skirted tables, four (4) chairs and two (2) maintained waste receptacles. This registration area is to be available by 7 am on Tuesday and remain available through the conclusion of the conference on Thursday. •(6) One (1) room large enough to accommodate 150 people Tuesday evening. Upgraded Hor d'oeurve (included in the quote) and a cash bar from 5:30 - 7:30 p.m. A price list for the cash bar should be submitted for pricing review as part of the proposal. 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. Providing Food and Beverages •(1) Upgraded Continental breakfast on Tuesday, Wednesday, and Thursday •(2) Mid-morning upgraded refreshment on Tuesday, Wednesday, and Thursday. •(3) Afternoon upgraded refreshments on Tuesday, Wednesday, and Thursday. Providing Parking •(1) Free daily parking for approximately 10-20 cars. BASIS FOR AWARD: The NLRB intends to award a Firm Fixed Price Contract. The objective of the NLRB is to select the offer that represents the best value to the government while meeting or exceeding the requirements. All evaluation factors and their relative importance are set forth in this solicitation. A site visit of the facility may be conducted prior to award. The evaluation factors are listed in order of importance. An integrated assessment of quotes using all evaluation factors found in the solicitation will be the basis for award. The award may be made based on the initial submission, with or without discussion, so contractors should submit quotes that clearly meet or exceed the requirements of the SOW. All responsible sources may submit a quote which shall be considered by the NLRB. All quotes must confirm in their offer that the facility is compliant with the Hotel and Motel Fire and Safety Act of 1990 (Public Law 101-391) (15 U.S.C. 2201 et seq.) and the American with Disabilities Act (ADA) (Public Law 101-336) (42 U.S.C. 12101 et seq.) The NLRB is a tax exempt Federal agency; please do not include any sales taxes in quotes for which the Federal Government is exempt. To be eligible for an award, the contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or email at http://www.ccr.gov. A DUNS (Dun and Bradstreet) number is required in order to register. EVALUATION CRITERIA: The award will be made to the responsible quote whose offer is evaluated as the best value to the Government based on the factors set forth below. Quotes that exceed the NLRB requirements may receive additional consideration under Technical Capabilities. These factors are listed in order of importance. 1. Technical: (a) Quote will be evaluated for ability to provide all contract requirements, the ability to provide required services on the dates specified, and the size and layouts of meeting rooms and conference office space. (b) Lodging Rooms: their size, layout, appearance, and amenities (e.g., no charge for local calls or use of internet/WIFI connections). (c) Hotel Facilities/Meeting Room: The quality and appearance of the hotel facilities; the convenience of the general session meeting room location and office space; the atmosphere of the general session room (size, windows, light, sound, obstructions, disruptive construction, etc.); availability and quality of complimentary onsite parking; cash bar and menu selections and A/V equipment. (d) Location: Walking distance to a variety of restaurants, safety of hotel neighborhood, and ease of access to Reagan National Airport. 2. Past Performance The contractor shall provide a list of three recent contracts that exemplify accomplished activities related to or similar to the activities identified in the SOW. The contact information for each reference shall include: - Contract Type - Contract Value - Agency/Company Name - Agency/Company Point of Contact Name and Telephone Number - Duration of Contract' - Type of Services Provided - List of any problems encountered on each contract and the contractor's corrective action. 3. Proposed Total Price - should be realistic, fair and reasonable in comparison to same or similar services. Pricing should be provided for the following contract line items (CLIN): CLIN 0001 Hotel Lodging for four (4) days (3 nights) in accordance with the Solicitation. CLIN 002 Meeting Space Rental in accordance with the Solicitation. CLIN 003 Food and Beverages - light refreshments for four days in accordance with the Solicitation and Awards Reception with Hor d'oeurves in accordance with the Solicitation. CLIN 004 Audio Visual/Flipchart services and equipment in accordance with the Solicitation. CLIN 005 Miscellaneous Expenses (e.g., extra AV equipment, copying of papers, additional meeting room space, etc.) All non-price evaluation factors when combined are significantly more important than price; however, as quotes become more equal in their technical merit, the proposed price may become the determining factor for award. The Government intends to evaluate quotes and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. QUOTE SUBMISSION: Quotes are to provide the requested information in a brief and succinct manner, making every effort to present information clearly and concisely. Quotes should address the requirements of the project consistent with the evaluation criteria described in this Solicitation. Lengthy narratives containing extraneous information are discouraged. All information shall be submitted in English. Quotes that do not follow this format or otherwise include documentation that is difficult to read, may be rejected or may result in a lower evaluation rating. A hotel contract shall be submitted with your technical and price quote, along with descriptive literature to include sleeping rooms, meeting room space, diagrams, and square footage and menus. Quotes must indicate whether the hotel agrees to the right of the NLRB to use its own audiovisual and computer equipment and, if there is a cost incurred for connection to hotel sound system or other charges connected to the use of own equipment. The Quoter shall submit a separate technical and cost quote that addresses the Statement of Work. Quotes are due by 12:00 p.m. Noon EST on March 3, 2010 via email to Douglas Wolf at doug.wolf@nlrb.gov or by regular mail. Quotes should be submitted in Adobe Acrobat, Microsoft Word or Microsoft Excel spreadsheet. Quotes may be shipped or mailed to the following address: National Labor Relations Board Acquisitions Management Branch 1099 14th Street, NW, Room 7754 Washington, DC 20570 Attention: Douglas S. Wolf The BOP Contracting Officer will serve as point of contact (POC) for all inquiries and clarifications. To the extent prospective Quoters have questions or comments regarding this Solicitation, they are to be submitted in writing via email to the Contracting Officer at doug.wolf@nlrb.gov by 12:00 noon EST on February 24, 2010. At the NLRB's discretion, the NLRB may provide written responses to the questions or comments as appropriate. Any such responses will be posted as an Amendment to the Solicitation. SOLICITATION PROVISIONS/CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more provisions/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 provision or clause may be accessed electronically at this address: www.arnet.gov. Contractors are encouraged to review the applicable provisions and clauses. 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 (JUL 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 (MAR 2009) 52.202-1 Definitions (JUL 2004) 52.203-3 Gratuities (NOV 2006) 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (SEP 2007) 52.204-7 Central Contractor Registration (JAN 2007) 52.204-4 Printed or Copied Double-Sided on Recycled Paper (NOV 2006) 52.219-1 Small Business Program Representations (MAY 2004) 52.212-5 Contract Terms and Conditions Required to Implement Statues of Executive Orders Commercial Items (MAR 2009) The following additional FAR clauses cited in 52.212-5 are applicable: 52.203-13 Contractor Code of Business Ethics and Conduct (DEC 2008) 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (FEB 2009) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.223-15 Energy Efficiency in Energy-Consuming Products (DEC 2007) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2002)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NLRB/DA/OPFB/RFQ-NLRB-EDV-10-003/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20534, United States
Zip Code: 20534
 
Record
SN02068326-W 20100220/100218234914-8b3d5b02ca0a4e170acc59759bdeefa9 (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.