Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2010 FBO #3261
SOLICITATION NOTICE

X -- Hotel Rooms and Meeting Space

Notice Date
10/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region III, Contracts Branch (3PM10), 1650 Arch Street, Philadelphia, Pennsylvania, 19103-2029
 
ZIP Code
19103-2029
 
Solicitation Number
RFQ-PA-11-001JR
 
Archive Date
12/14/2010
 
Point of Contact
John Robb, Phone: 215-814-5468
 
E-Mail Address
robb.john@epa.gov
(robb.john@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation to negotiate a Firm Fixed Price type contract for Hotel Accommodations, Conference Space and Hotel Services. The meeting location shall be located in one of the following counties in West Virginia: Barbour, Berkeley, Braxton, Clay, Fayette, Grant, Greenbrier, Hampshire, Hardy, Harrison, Jefferson, Lewis, Marion, Mineral, Monongalia, Monroe, Morgan, Nicholas, Pendleton, Pocahontas, Preston, Raleigh, Randolph, Summer, Taylor, Tucker, Upshur, or Webster. Request for Quote RFQ-PA-11-001JR 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. The EPA will not consider a proposal submitted by an offeror that is not a hotel. This is NOT a solicitation for Event Planning Services. 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 2005-46. NAICS Code 721110 and the small business size standard is $7.0 million. This solicitation is unrestricted and constitutes the only bid document that will be issued. LINE ITEMS: 0001: Hotel Lodging: 370 single occupancy, non-smoking, government rate rooms shall be provided as follows: 185 rooms on the first day of meeting, and 185 rooms on the second day of meeting, and 0002: Meeting Space: Meeting space for two (2) each daily, simultaneous functions to be provided on each day of meeting, as follows: - One room with a capacity of up to 105 individuals (classroom style) and one room with a capacity of up to 80 individuals (classroom style). The meeting space shall be such that all meetings are to be held without the need to relocate during the workshop. (All meeting room rentals, conference fees, wireless internet, usage fee, resort fees, tax, tip to be included). 0003: Meals/Breaks w/light refreshments: The following buffet-style meals will be provided, as follows: 6:00 pm dinner on the first day of meeting, 7:00 am hot breakfast, 12:00 pm lunch and 6:00 pm dinner on the second day of meeting, and 7:00 am hot breakfast on the third and final day of meeting. The following light refreshment breaks, shall be provided, as follows: one (1) each mid-afternoon (3:00 pm) snack on the first day of meeting, one (1) each mid-morning (10:00 am) and one mid-afternoon (3:00 pm) snack on the second day of meeting, and one (1) each mid-morning snack (10:00 am) on the third and final day of meeting. The set up for the breaks shall be such that a group of 105 could break at differing times from a group of 80. 0004: Audio-visual Support: Two (2) each Lavaliere microphones (one for each meeting room) and a projection screen for each meeting room. Scope of Work The Land & Chemicals Division, Office of Land Enforcement, of EPA Region III will host the 2011 RCRA Inspectors Workshop scheduled for April 2011. This three-day workshop focuses on training, teambuilding and networking. The attendees are trained by EPA and state technical and regulatory experts on the federal regulations governing hazardous waste and underground storage tanks in order to meet inspector requirements of RCRA Subtitles C and I. In addition, EPA Region III promotes teambuilding and networking during the workshop, which promotes a good working relationship between EPA and the States. The first day of the workshop, participants will arrive at the facility for hotel check-in and the start of the workshop at 1:00 p.m. The second day of the workshop will start at 8:00 a.m. and end at 5:00 p.m. The workshop shall end at 12:00 p.m. on the third and final day. Other Requirements The contractor's location should provide amenities that promote teambuilding exercises in an environmental setting. Examples of such include, but are not limited to, amenities such as picnic areas, volleyball, swimming, jogging/running, and a fitness center. Period of Performance EPA has two date-sets for which the conference may be scheduled. The vendor may choose any of the following date-sets: April 5 - 7, 2011 or April 12 - 14, 2011 Lodging rates shall be within the Government Per diem rate or lower for the 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 (NOTE: be advised that the Government's terms and conditions, per the referenced clauses, shall take precedence over the vendor's terms and conditions) 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, and menus. To be eligible for award under this RFQ, the offeror shall propose 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 shall be rejected as non-responsive. In addition, the offerors facility shall be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12101 et. Seq.). Award shall be made to the offeror determined to be the Best Value to the Government in accordance with FAR 52.212-2 evaluation factors. An award may be made without discussions with the offeror(s). The EPA reserves the right to conduct an on-site inspection of the offeror's proposed facilities. All responsible sources IAW FAR Part 9.1, that 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. Offers shall be valid for at least sixty (60) days from the date due. Any offer that does not meet the RFQ requirements shall be rejected. The following provisions and clauses shall apply to this RFQ: 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 shall make their full text available. The full text of a clause may be accessed electronically at this web address: http://www.arnet.gov/far (FAR); FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation Commercial Items (Item 1 and 2 are of importance): Item 1. Technical Capability of the services offered to meet the Government's requirement. Item 2. Past Performance: Contractor shall provide a list of three (3) sources/references for completed work in the last three (3) years which are similar in scope, magnitude, relevance and complexity to this requirement. Vendor shall provide a POC, telephone number, Order Number, brief scope of work, total dollar value, and period of performance. The EPA may also contact other sources not listed, as well as contact internal EPA sources that may have contracted with the vendor in the past Item 3. Price Basis for Award: Award shall be made to the offeror who represents the best overall value to the Government. The past performance and technical capability are of equal importance. Both factors combined are equal to price in awarding a Purchase Order resulting from this RFQ. In the absence of providing a completed copy of FAR 52.212-3 "Offeror Representations and Certification-Commercial Items" in the proposal, vendors shall complete and reference the following commercial clauses at the ORCA web site: https://orca.bpn.gov/ FAR 52.212-3 Offeror Representations and Certification-Commercial Items. (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)(15) thru (22). 52.233-2 Service of Protest (Sep 2006); 52.232-18 Availability of Funds (APR 1984). 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. Complete and attach the following with your proposal: 1552.223-71 EPA Green Meetings and Conferences (MAY 2007) (a) The mission of the EPA is to protect human health and the environment. We expect that all Agency meetings and conferences will be staged using as many environmentally preferable measures as possible. Environmentally preferable means products or services that have a lesser or reduced effect on the environment when compared with competing products or services that serve the same purpose. (b) As a potential meeting or conference provider for EPA, we require information about environmentally preferable features and practices your facility will have in place for the EPA event described in the solicitation. (c) The following list is provided to assist you in identifying environmentally preferable measures and practices used by your facility. More information about EPA's Green Meetings initiative may be found on the Internet at http://www.epa.gov/oppt/greenmeetings/. Information about EPA voluntary partnerships may be found at http://www.epa.gov/partners/index.htm. (1) Do you have a recycling program? If so, please describe. (2) Do you have a linen/towel reuse option that is communicated to guests? (3) Do guests have easy access to public transportation or shuttle services at your facility? (4) Are lights and air conditioning turned off when rooms are not in use? If so, how do you ensure this? (5) Do you provide bulk dispensers or reusable containers for beverages, food and condiments? (6) Do you provide reusable serving utensils, napkins and tablecloths when food and beverages are served? (7) Do you have an energy efficiency program? Please describe. (8) Do you have a water conservation program? Please describe. (9) Does your facility provide guests with paperless check-in & check-out? (10) Does your facility use recycled or recyclable products? Please describe. (11) Do you source food from local growers or take into account the growing practices of farmers that provide the food? Please describe. (12) Do you use biobased or biodegradable products, including biobased cafeteriaware? Please describe. (13) Do you provide training to your employees on these green initiatives? Please describe. (14) What other environmental initiatives have you undertaken, including any environment-related certifications you possess, EPA voluntary partnerships in which you participate, support of a green suppliers network, or other initiatives? Include Green Meeting information in your quotation so that we may consider environmental preferability in selection of our meeting venue. End of Clause Interested sources shall submit all price, descriptive literature, technical proposals, and hotel contract to John M. Robb, Contracting Officer, US EPA, Region III, 3PM10, Philadelphia, PA 19103. Phone 215-814-5468. Quotes must be sent via US Mail, Fed Ex, UPS, etc. Faxed and electronic copies of your quote WILL NOT be accepted. Questions regarding this RFQ may be emailed to robb.john@epa.gov. Closing date for receipt of proposals is November 29, 2010 at 4:00PM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/3PM10/RFQ-PA-11-001JR /listing.html)
 
Place of Performance
Address: The meeting location shall be located in one of the following counties in West Virginia: Barbour, Berkeley, Braxton, Clay, Fayette, Grant, Greenbrier, Hampshire, Hardy, Harrison, Jefferson, Lewis, Marion, Mineral, Monongalia, Monroe, Morgan, Nicholas, Pendleton, Pocahontas, Preston, Raleigh, Randolph, Summer, Taylor, Tucker, Upshur, or Webster., United States
 
Record
SN02317660-W 20101029/101027234118-8d1001e72e8b80c3b9cae737b8b3083a (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.