Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2010 FBO #3018
SOLICITATION NOTICE

V -- HOTEL ACCOMMODATIONS AND CONFERENCE SERVICES

Notice Date
2/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
St Louis Employee Education System;Bldg #2;VA Medical Center;1 Jefferson Barracks Drive;St Louis, MO 63125
 
ZIP Code
63125
 
Solicitation Number
VA-777-10-RP-0096
 
Response Due
3/1/2010
 
Archive Date
4/30/2010
 
Point of Contact
Linda StarksEvent Manager/Contracting Officer
 
E-Mail Address
POC email address
(linda.starks1@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: Orlando, FL. Request for Proposal VA-777-10-RP-0096 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 2005-38 and VAAR 97-10. NAICS Code 721110 and the small business size standard is $7.0 million. This Federal Business Opportunity announcement/solicitation is solicited unrestricted and constitutes the only bid document that will be issued. The Period of Performance for this requirement is: June 22 thru June 24, 2010 (Dates are not flexible) (Prefer approximately 400 sleeping rooms and the required meeting space to 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 Co-Morbidities for the Combat Injured. The hotel shall accommodate 400 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 or lower for selected area. 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 500 attendees with the following needs: 001: Hotel Lodging- (1a) Sleeping rooms: Five (5) participants will check in on Sunday, June 20, 2010, 395 participants will check-in on Monday, June 21, 100 participants will checkout on Thursday, June 24, 300 participants will checkout on Friday, June 25, 2010. Prefer hotel that is in walking distance to other hotels that can be used as overflow for guest rooms. 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: Meeting Space: General Session Room set classroom style is needed from Monday, June 21 (setup day) thru Thursday, June 24, 2010 at 5:00 p.m. (must remain on 24 hour hold). The room shall be large enough to accommodate 500+ people with additional square footage for staging, a head table for 5 people, staff table for 4 in rear and a standing lectern in front with plenty of space for audiovisual equipment (rear screen projection anticipated). Ceiling in general session room should be at least 15 to 21 feet in height. General Session room should be large enough to accommodate potential increase in participants 0002AA: Registration area in close proximity to general session room and spacious enough for 300 to 500 people to register simultaneous. Registration area is required from Monday, June 21 thru Thursday, June 24, 2010 and shall remain on 24 hour hold. Wireless internet access is desired in registration and meeting room areas. 0002AB: Five (5) Breakout Rooms to accommodate 60+ people in rounds are needed June 22 thru June 24, Two (2) breakout rooms to accommodate 115 each in rounds are needed June 22 thru June 24. Rooms should be large enough to accommodate standard AV equipment, head table of 4 and a standing lectern. Rooms shall be available for setup and possible pre-conference meetings on Monday, June 21, 2010. All breakout rooms shall remain on 24 hour hold. 0002AC: Large lockable storage space required Monday, June 21 thru Thursday, June 24, 2010 0002AD: One breakout room required for DVA Office from Monday, June 21 thru Thursday, June 24, 2010 0002AE: One breakout room to be used as Speaker Ready Room Monday, June 21 thru Thursday, June 24, 2010. Room should be close to general session room. 0003: Anticipate light refreshments for morning and afternoon breaks for 500+ attendees Tuesday, June 22 thru June 24, 2010, please provide break 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. (will evaluate size of meeting rooms to meet or exceed our requirements, quality of meeting rooms and guest rooms Item 2. Location (proximity to additional restaurants, metro transit and airport.). Item 3. Past Experience with large VA and/or Corporate conferences, Item 4. Price reasonableness for guest room accommodations, meeting space rental, cancellation fee, attrition, parking 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 Linda Starks, Event Manager/Contracting Officer, Department of Veterans Affairs, Employee Education System, 950 22nd Street North, Suite 500, Birmingham, AL 35203. Phone 205-731-1812 x-321, Fax 205-731-0320, or email linda.starks1@va.gov. Faxed proposals will be accepted. Closing date for receipt of proposals is March 4, 2010 at 4:00PM CT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAC/VAAAC/VA-777-10-RP-0096/listing.html)
 
Record
SN02077649-W 20100228/100226235324-8e3fb87edefe3ab2a008576ead96d5ec (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.