Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2010 FBO #3036
SOLICITATION NOTICE

X -- CDL Grauation 2010 (9-11 June)

Notice Date
3/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of Veterans Affairs;James A. Haley Veterans Hospital (90C);13000 Bruce B. Downs Blvd;Tampa FL 33612
 
ZIP Code
33612
 
Solicitation Number
VA-248-10-RQ-0264
 
Response Due
3/25/2010
 
Archive Date
4/24/2010
 
Point of Contact
marvin.butler@va.gov
 
E-Mail Address
Contract Specialist
(marvin.butler@va.gov)
 
Small Business Set-Aside
N/A
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial services prepared under FAR Part 13 Simplified Acquisition Procedures, and in accordance with the format in FAR Subpart 12.6, as supplemented with additional information in this request. This announcement constitutes the only solicitation. This notice and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-37. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This acquisition will be UNRESTRICTED. The North American Industry Classification Systems (NAICS) code is 531120, and the size standard is $7M. The James A. Haley VA Hospital located at 13000 Bruce B Downs Blvd Tampa, Florida 33612 has a requirement for a firm fixed-price contract with a local hotel to support the Competency Development for Leaders (CDL) of the 21st Century 2010 VISN Graduation from 9-11 June 2010. The Contractor shall provide all the necessary conference rooms, lodging, support equipment, and personnel. Commercial items FAR clauses 52.212-1 Instructions to Offerors-Commercial Items, Addendum: 52.233-2 Service of Protest; 852.233-70 Protest Content; 852.233-71 Alternative protest 52.212-2 Evaluation Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions and Addendum: 52.217-8 Option to Extend Services (15 days); 52.217-9 Option to Extend the Term of the Contract (30) (60) and (2) respectively; 52.232-18 Availability of Funds; 852.270-1 Representatives of Contracting Officers; 852.70-4 Commercial Advertising Commercial Items, and 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, including clauses incorporated by reference under Section B, (17-19) (21-25), (27), (34) and (40) apply to this solicitation. Commercial Items, apply to this solicitation, and may be found at http://acquisition.gov/comp/far/ Note: FAR 52.212-1 and Far 52.212-4 are incorporated into this announcement by reference. Offerors must be registered in Central Contractor Registration (CCR) data base located at http://www.ccr.gov. Offerors must submit with their quotes, a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or have completed them at https://orca.bpn.gov/. ****RFQ ELECTRONIC SUBMISSIONS: All interested parties must provide two submissions by the RFQ due date: Technical Document(s) and Price Quote Worksheet in response to this RFQ solicitation. Interested Parties who fail to complete and submit the requirements below may be considered non-responsive. LATE SUBMISSIONS WILL NOT BE ACCEPTED. RFQ submissions shall be directed via email to Ben Butler at marvin.butler@va.gov. Offerors shall reference RFQ VA-248-10-RQ-0264 in the email subject box. ****TECHNICAL: Submit capabilities (in Contractors own format) to support all services in accordance with SOW information. Please limit technical document to 5 pages. See Attachment 1 for the SOW. ****PRICE QUOTES: Interested Parties shall submit pricing for Unit Cost and Total Cost for each CLIN; and the overall Total Amount. See Attachment 2 for the Price Quote Worksheet. ****QUOTE EVALUATION and CONTRACT AWARD: The award will be made to the responsible offeror with the lowest price technically acceptable. Award will be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors. The evaluation factors that establish the requirements of acceptability shall be: TECHNICAL and PRICE. ****TYPE of CONTRACT: Firm Fixed Price ****PERIOD of PERFORMANCE: June 9, 2010 through June 11, 2010 ****DELIVERY AND ACCEPTANCE: FOB Destination ****RFQ QUESTIONS: Questions concerning this solicitation MUST be submitted no later than March 19, 2010, 2:00 pm Eastern Standard Time (EST). All inquiries must be via email to Ben Butler at marvin.butler@va.gov, and all questions and responses will be posted to the FEDBIZOPS website as an amendment to this original announcement. ****RFQ DUE DATE: Responses to this RFQ, technical, and price shall be via electronic submission to Ben Butler at marvin.butler@va.gov on or before March 25, 2010 at 12:00 pm EST. ATTACHMENT 1: STATEMENT OF WORK - CDL Graduation (9 11 June 2010) Description of Services: The Contractor shall provide all the necessary conference rooms, lodging, and support equipment and personnel for the Competency Development for Leaders of the 21st Century 2010 VISN Graduation from 9-11 June 2010. This event shall be sponsored by the James A. Haley Veterans Hospital (VA). The Contractor shall coordinate services with the VA representative that will be identified upon award. Here is the proposed schedule of events: DATE TIMESERVICE REQUIREDDETAILS June 9, 201012:00 pm Nine (9) Conference-style rooms Group breakout/practice sessions (10-12 participants) with Internet 3:00 pm Guest check-in Check-in 100 standard rooms 5:00-7:00 pm Food services (in common area) Reception (Cash Bar/Appetizers) for approximately 100 people June 10, 20107:30 am - Conference room with Graduation, Video Contest, Team 4:30 pm A/V support, sound system Presentations for approximately 150 & Internetpeople; require 15 round tables (10 guests/table), podium with mic, two (2) cordless mics, one (1) lapel mic, one (1) projector screen, sound system, four (4) Internet connections, and IPOD connection for music TBD Food servicesMorning refreshments: Coffee/Danish for 150 people TBDFood servicesLunch Buffet for 150 people TBDFood servicesAfternoon refreshments: Soda/Tea/Cookies for 150 people TBDFood servicesDinner Buffett for 150 people June 11, 201011:00a.m. Guest Check outNone (Travel day) ATTACHMENT 2: PRICE QUOTE WORKSHEET CLINITEMQtyUnit DescriptionUnit CostTotal Cost 0001 Conference rooms 9EachConference rooms that _________________ accommodate approximately 12 people; Internet connectivity 0002 Standard Room100EachCheck-in: 9 Jun 2010; _________________ check-out 11 Jun 2010 0003 Food services/1SvsFor 9 June 2010: Reception _________________ Cash Bar/Appetizers for approximately 100 guests 0004Conference room 1EachLarge conference room that _________________ with A/V, soundaccommodates 150 guests; system & Internet requires 15 round tables (10 guests/table), podium with mic, two (2) cordless mics, one (1) lapel mic, one (1) projector screen, four (4) Internet connections, IPOD connection for music 0005Food services1SvsFor 10 June 2010: includes _________________ morning and afternoon refreshments, lunch and dinner buffets for 150 guests TOTAL AMOUNT ______________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA-248-10-RQ-0264/listing.html)
 
Record
SN02094014-W 20100318/100316235708-87d0620ff91dfb6608936a1f01599339 (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.