Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2010 FBO #3126
SOLICITATION NOTICE

X -- Conference Facility - REQUIRED Cost Summary Sheet

Notice Date
6/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting, 1900 E Street, N.W., Room 1342, Washington, District of Columbia, 20415-7710, United States
 
ZIP Code
20415-7710
 
Solicitation Number
OPM-FEI-M027
 
Archive Date
6/29/2010
 
Point of Contact
Terry L. Stotts, Phone: (434) 980-6289, Bonnie E Boston, Phone: (434) 980-6277
 
E-Mail Address
Terry.Stotts@opm.gov, Bonnie.Boston@opm.gov
(Terry.Stotts@opm.gov, Bonnie.Boston@opm.gov)
 
Small Business Set-Aside
N/A
 
Description
REQUIRED Cost Summary Excel Spreadsheet This is a combined synopsis solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement/solicitation is unrestricted to both large and small business. This announcement constitutes the only solicitation; offers are being requested, and a separate written solicitation will not be issued. This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular 2005-8. The NAICS code is 721110, and the small business size standard is $6 million. Incorporated by reference is FAR 52.212-1, Instructions to Offerors - Commercial and Addenda. Offerors must include a completed copy of FAR 12.212-3, Offeror Representations and Certifications - Commercial Items with its offer. This provision may be viewed at: http://orca.bpn.gov. Incorporated by reference is FAR 52.212-4, Contract Terms and Conditions - Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items is incorporated at the end of this solicitation. Full text of clauses may be downloaded from www.arnet.gov/far at Part 52. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. FAR Clause 52.232-33. This combined synopsis solicitation will result in a fixed-price contract being awarded for meeting space, lodging, audio visual equipment rental, meal service, mid-morning and mid-afternoon break service. Purpose The purpose of this procurement is to obtain a facility offering meeting and conference services for an executive development program in San Diego, CA for the Federal Executive Institute. The Federal Executive Institute (FEI) is the federal government’s premier leadership development center. Since 1968, FEI has operated executive education programs for GS-15s and members of the Senior Executive Service (SES). FEI offers residential programs on its campus in Charlottesville, VA. It is seeking to replicate this campus experience in San Diego, CA. Objectives The objectives of this procurement are to identify a vendor providing: a.Hotel rooms and a meeting room suitable for top-level executives. b.conference services, (e.g., meeting, audio visual and other support) appropriate for executive participation. c.food and beverage services (lunch and break service) featuring a variety of selections, including strong emphasis on health-conscious options d.a campus-like setting consistent with FEI’s Charlottesville, VA facility. e.insure a high-quality learning environment for executives participating in FEI’s programs. Program Dates The program will be held September 12-17, 2010, arriving on Sunday. Location Requirements The contractor must be in the following area: a.Within 10 miles of The Gas Lamp District of San Diego, CA. Lodging Requirements a.The contractor must provide individual sleeping accommodations for 25 - 40 people the day before and through the last day of the program. Not to exceed 300 guest rooms total. b.The contractor must provide individual sleeping accommodations for 4 people two days before the program. c.All rooms need to be of equal (executive level) quality. d.Must have rooms accessible to handicapped individual available, if necessary. Meal Requirements a.The contractor will be prepared to provide meals (breakfast, lunch and dinner) for a minimum of 25 people and a maximum of 40 people for the duration of the program or provide a subcontractor to cater the event. b.The contractor/subcontractor must accommodate any special dietary needs. c.The meals must be of high quality and offer a wide variety of healthy, nutritious and flavorful food options. Break Service Requirements a.The contractor/subcontractor will provide mid-morning and mid-afternoon break service daily to include; coffee, tea, sodas, juice, bottled water, and a light snack. b.Beverages available from 7:00 a.m. to 9:00 p.m. c.The break service must be of high quality and emphasize a wide variety of healthy, nutritious and flavorful food options. d.The break area must be in or adjacent to the meeting room. Meeting Space Requirements a.The contractor will provide one large conference room to seat 25-40 people in a variety of configurations. b.The room must be accessible to handicapped individuals. c.The room must allow 8:00 a.m. to 9:00 p.m. access. d.A table is needed outside of the room on the first day to facilitate the registration process. e.An easel, stand, or other appropriate display for the session should be available. f.There must be no change in meeting location for the duration of each program. Audio Visual and Information Technology Requirements The contractor must provide audiovisual and information technology presentation support in the meeting room. FEI may elect to provide some of the support hardware listed below. On call technical assistance is required during all program sessions. Please provide daily rental rates for the following items. a.Flip charts and markers b.Computer and LCD projector c.In room audio system d.Wireless microphone e.VHS player f.DVD player g.Variable lighting h.Flexibility in room set i.Internet access in the meeting space j.On-site and on-call technical support Proposal Submission, Evaluation and Award (Please read carefully) Respondents must be primary provider of all services. No submissions from third party providers will be considered. Proposals submitted under this Statement of Work will be evaluated, and a contractor selected, based on both technical and cost considerations. Please provide cost proposal information separately from the technical proposal. Please include a daily breakdown, as well as a total cost. The contractor shall provide a fixed-price for each contract line item as well a total cost for the contract. Proposals not containing a total cost will be rejected as non-responsive. THE COST PROPOSAL MUST INCLUDE THE ATTACHED COST SUMMARY FORM PROVIDED BY THE FEDERAL EXECUTIVE INSTITUTE. An offer that does not meet all of the solicitation requirements may be rejected as non-responsive. Technical proposals will be evaluated for quality of services and accommodations, size, confirmation of its overall quality rating, location, and documentation of experience with large conferences. The Federal Executive Institute reserves the right to conduct an on-site inspection of offered facilities. The contractor shall provide information (availability/cost) on other amenities of hotel i.e., guest parking policy, workout facilities, menus and cancellation policy. The technical proposal should include details describing contractor’s ability to provide the service requirements listed above. The Federal Executive Institute will select the contractor whose offer provides the best value to the government, in accordance with FAR 52.212-2, Evaluation of Commercial Items, considering primarily technical factors and secondarily price. The award may be made with or without discussions with the offeror(s). Therefore, your offer should include your lowest pricing. Evaluation factors listed in descending order of importance: 1. Commitment to customer service based on its reputation for demonstrating concern for its customers; 2. Size and quality of services and accommodations; 3. Experience with similar conferences; 4. Location; and 5. Price. Quality of services and accommodations, location and experience with large conferences, when combined, are more important than price. Descriptive literature regarding your facility shall be submitted with your proposal including sleeping rooms, eating/restaurant spaces, menus, hotel parking fees, laundry services, meeting room space, diagrams and square footage. If the contractor is not a university or educational institution, the contractor’s facility must have one of the following quality ratings: First class or higher per the Official Hotel Guide; Three crowns or higher per the OAG Business Travel Planner; or Three diamonds or higher per AAA. The Contractor’s facility must be Federal Emergency Management Agency approved and listed on the U.S. Fire Administration Hotel and Motel National Master List found at http://www.usfa.fema.gov/hotel/search.cfm. The Contractor's facility must be compliant with the requirements of the American with Disabilities Act (Public Law 101-336) 42 U.S.C. 12101 et. seq.). The Federal Executive Institute is a tax exempt entity; please do not include taxes in proposal. CENTRAL CONTRACTOR REGISTRATION (CCR) IS REQUIRED TO APPLY TO THIS ACQUISITION. REGISTRATION CAN BE ACCOMPLISHED AT www.ccr.gov. Proposals should be sent to the point of contact in this announcement ONLY – beware of third party solicitations. Proposals must be submitted to the attention of Terry Stotts. Mailing address: Federal Executive Institute, Attn: Terry Stotts, 1301 Emmet Street Charlottesville, VA 22903. The preferred method of proposal submission is by email to terry.stotts@opm.gov. It is the contractor’s responsibility to ensure receipt of proposals delivered through email. Due to delays associated with mail delivery and irradiation at Government buildings, it is recommended that commercial delivery services be used if your proposal is not emailed. Inquiries concerning this acquisition should be directed to Terry Stotts at terry.stotts@opm.gov, (434)980-6289 or Bonnie Boston at bonnie.boston@opm.gov, (434) 980-6277. Closing date for receipt of offers is Monday, June 28, 2010. Proposals must be received at FEI no later than 12:00 noon on the closing date. Award will be made on or about July 2, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/OPM/OCAS/CD/OPM-FEI-M027/listing.html)
 
Record
SN02176603-W 20100616/100614234425-cc59391ddeb424a87fdcf204f3328827 (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.