Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2011 FBO #3462
SOLICITATION NOTICE

X -- NLRB NexGen Conference (July)

Notice Date
5/16/2011
 
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
RFP-NLRB-OPS1-04-06
 
Archive Date
6/11/2011
 
Point of Contact
Delfina St. Clair, Phone: 202-273-4212, DOUGLAS WOLF, Phone: 202-273-4218
 
E-Mail Address
delfina.st.clair@nlrb.gov, doug.wolf@nlrb.gov
(delfina.st.clair@nlrb.gov, doug.wolf@nlrb.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RRP) # RFP-NLRB-OPS1-04-06. This RFP will result in the award of a Firm Fixed Price contract for hotel lodging for the National Labor Relations Board's NexGen Conference participants. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective May 16, 2011. Overview The National Labor Relations Board (NLRB) 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 purpose of this conference is to introduce employees to the NLRB's new electronic case management system (NxGen) and train these individuals to teach other employees to use the system. Conference Dates The NxGen Conference will be held Monday, July 25 through Friday, July 29, 2011. Guests will check-in on Sunday, July 24th and depart on Friday, July 29, 2011. Requirements Conference accommodations for approximately 45 individuals which shall require at a minimum: (A) Providing approximately 45 sleeping rooms at or below the government per diem rate for a five-day period, beginning on Sunday, July 24, 2011, and ending on Friday, July 29, 2011. All lodging shall only be provided at one facility location. Attendees will be checking in on Sunday afternoon/evening and checking out on Friday morning. (B) The Agency requires sleeping rooms in a DC hotel located no more than 1.5 miles west of Headquarters (1099 14 th Street, NW, Washington, DC) or no more than.5 miles east, south, or north of Headquarters. Preference will be given to hotels located within easy access to a variety of restaurants. (C) Sleeping rooms should be clean, well furnished and include usual amenities for overnight accommodations. All rooms must include free high-speed internet access (WIFI preferred). In addition, the hotel must include complimentary on-premises exercise facility with state of the art equipment such as elliptical trainers, treadmills, bikes and other strength training equipment that are properly maintained and in good working condition. Basis for Award The NRLB intends on awarding a Firm Fixed Price Contract. The objective of the NLRB is to select the proposal that represents the best value to the Government while meeting or exceeding the requirements. A site visit may be conducted prior to award. An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Solicitation. Evaluation Criteria Award will be made to the responsible Offeror whose proposal, conforming to the solicitation, will be most advantageous to the Government on the basis of price, technical, and past performance. Proposals that exceed the NLRB requirements may receive additional consideration under Technical. These factors are listed in order of importance: Factor I - Price The NLRB intends to award a firm-fixed price contract. Lodging price must be at the Government per diem rate of $157 per night or lower. Factor II - Technical a. Location - Proposals will be evaluated on the ability of the hotel to provide a facility that must be located no more than 1.5 miles west of NLRB Headquarters or no more than.5 miles east, south or north of NLRB Headquarters. b. Rooms - Sleeping rooms should be clean, furnished appropriately and include the usual amenities for overnight accommodations. Sleeping rooms should also have complimentary high speed internet access (wifi preferred). c. Other Considerations - Transportation to major airports, availability and cost of on-site guest parking. In addition, the hotel must include complimentary on-premises exercise facility with state of the art equipment such as elliptical trainers, treadmills, bikes and other strength training equipment that are properly maintained and in good working condition. Factor III - Past Performance The hotel should provide references for at least three (3) Federal Government contracts for similar work performed with the past three (3) years. The hotel will be evaluated based on customer satisfaction. The contact information for each reference shall include: Contract Value Agency/Company Name/Point of Contact Information Description/Type of Services Provided The Government intends to evaluate proposals 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. Proposal Submission Proposals are to provide the requested information in a brief and succinct manner, making every effort to present information clearly and concisely. Proposals 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. Proposals 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. If a hotel contract is necessary, it shall be submitted with your technical and price quote, along with descriptive literature to include sleeping rooms, diagrams, and amenities. The Offeror shall submit a separate technical and cost quote that addresses the Statement of Work. Proposals are due by 4:00 p.m.. EST on May 27, 2011 via email to Delfina St Clair at Delfina.St.Clair@nlrb.gov or by regular mail. Proposals should be submitted in either Adobe Acrobat or Microsoft Word 2003. Proposals may be shipped or mailed to the following address: National Labor Relations Board Acquisitions Management Branch 1099 14 th Street, NW, Room 7750 Washington, DC 20570 Attention: Delfina St Clair The NLRB Contracting Officer will serve as point of contact (POC) for inquiries and clarifications. To the extent prospective Offerors have questions or comments regarding this Solicitation, they are to be submitted in writing via email to the Contract Office at Delfina.St.Clair@nlrb.gov by 12:00 noon EST on May 20, 2011. 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 (JUN 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 indicates 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) 52.215-1 Instructions to Offerors - Competitive (JAN 2004) 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/RFP-NLRB-OPS1-04-06/listing.html)
 
Place of Performance
Address: 1099 14th Street, NW Room 7750, Washington, District of Columbia, 20570, United States
Zip Code: 20570
 
Record
SN02449089-W 20110518/110516234835-214a19a1433cd5da590f612384fc07e4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.