Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2012 FBO #3722
DOCUMENT

V -- OEM Planning Meeting San Antinio Texas 2 2012 - Attachment

Notice Date
1/31/2012
 
Notice Type
Attachment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Veterans Affairs;National Acquisition Center;Hines, IL 60141
 
ZIP Code
60141
 
Solicitation Number
VA797T12Q0016
 
Response Due
2/7/2012
 
Archive Date
3/8/2012
 
Point of Contact
Tim Scanlan
 
E-Mail Address
8-786-5210<br
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial items for the blocking of sleeping rooms for attendees, providing workgroup rooms, refreshments, and Audio/Visual items, among other requirements shown in the schedule and statement of work herein. This solicitation is prepared in accordance with the format in subpart 12.6; "Streamlined Procedures for Evaluation and Solicitation for Commercial Items" as supplemented with additional information in this notice, and FAR 19.501 Set-Asides for Small Business. This solicitation is in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.106, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is VA-797T-12-Q-0016 and is issued as a Request For Quotation (RFQ) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular Fac 2005-55, Effective 03 Jan 2012. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) This solicitation is issued as competitive, 100% Small Business Set-aside. The North American Industry Classification System (NAICS) code is 721110, and the size standard is $7 million. NOTE: Any offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable. This requirement consists of following line item: General Requirements: "The contractor shall provide all supervision, labor, incidental materials, and other services necessary to perform business and/or analytical related support, advice, and services that include support for planning, management, and close out process for this Purchase Order. "Offeror's initial proposal should contain the Offerors best terms from a price and technical standpoint. "For evaluation purposes, ALL Offerors must submit a complete Quotation that included a Fixed Price by line item, and include a total price of each line item. "Failure to submit a firm fixed and complete quotation that includes all lines may be withdrawn from consideration of an award. "It is up to Offerors to raise clarification questions regarding the requirements of this acquisition. Please submit all questions to the contracting office up to four day prior of the close date of February 7, 2012, 4PM Local Time CST. Specific Requirements: LINE ITEM NO.DESCRIPTIONQuantityUnitPRICE QuotedTotal Price Quoted 0001Provide a Block of sleeping rooms for 36 attendees starting 2/27/2012 through 3/1/2012; check out on 3/2/2012 (firm fixed nightly charge). Per Diem room rates are Not To Exceed Govt. Rate for San Antonio Texas - Price does NOT have to include taxes and other fees. No charge for providing room block. All guest rooms will be paid by individual attendee and will not be charged to the master account. 144ea$ _________$ _________ 0002Room Rent/Labor for ONE (1) General Meeting room for Thirty Six (36) attendees from 2/28/2012 through 3/1, 2012. (FIRM FIXED PRICE)1JB$ _________$ _________ 0003Room Rent/Labor for ONE (1) Breakout room for TEN (10) attendees from 2/28/2012 through 3/1, 2012. (FIRM FIXED PRICE)1JB$ _________$ _________ 0004Room Rent/Labor for FIVE (5) Breakout room for FIVE (5) attendees each from 2/28/2012 through 3/1, 2012. Suites can be used as Breakout rooms, if adequate for 5 attendees each. (FIRM FIXED PRICE)5EA$ _________$ _________ 0003 Audio Visual Charges See Schedule Summary Quote must include ALL Tax and Delivery/pick-up charge (FIRM FIXED PRICE)1JB$ _________$ _________ 0004Provide refreshments for AM and PM break: One Gallon Coffee (Regular-Decaf) per break, 8 Gallons total; 15 Regular and Diet Soft drinks per break, (included non-caffeinated) 60 total; 5 Bottle water per break, 20 total 1JB$ _________$ _________ FIRM FIXED PRICE TOTAL$ _________ The following STATEMENT OF WORK is a detailed description of the requirements for this solicitation: Statement of Work Joint Professional Development Workgroup/DEMPS Competency Validation Workgroup NOTE: These are two separate meetings that are being held concurrently February 27 - March 2, 2012 Hotel should: "Be located within walking distance of the San Antonio, TX Riverwalk. "Provide Government rate lodging with cutoff no earlier than 1 week prior. "Provide meeting room at same location. "Provide wireless internet in meeting room and sleeping room at no charge. Monday February 27 Travel day Room Block - 36 VA employees. Tuesday February 28 - Thursday March 1 Room Block - 36 VA Employees General Meeting room: Available 7:30am - 5:00pm Breakout rooms:Available 8:00 am - 5:00 pm Require one that seats 10 people Prefer 4 additional that accommodate 3-5 people but if guest rooms are suites, these can be used for breakout sessions. AV requirements: LCD Projector with Screen (one in each room) Flip chart with markers (one in each room including breakout rooms) Room set: Classroom style. Refreshments: See Schedule for specific refreshments and quantities: Mid Morning Break (beverages only) Mid Afternoon Break (beverages only) Friday, March 2 Room block - 0 Attendees travel to home station. Contractor's Point of Contact: The hotel must provide a point of contact representative and must be responsible for the performance of the work. The point of contact shall have full authority to act for the hotel on all matters relating to the daily operation of this contract. REPRESENTATIVES OF CONTRACTING OFFICER The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor. Primary Contracting Officer's Representative (COR) contact: Nancy Pancho (304) 264-4829 On-Site VHA OEM representatives: Bobbi Jo Nye (304) 731-2378 Robert Smith (304) 886-9204 NOTICE: For all non-cost coordination and clarification purposes, only the COR has delegated authority delegated by the Government Contracting Officer. NO authority is delegated to any VA representative that results in changes of the terms and conditions of this purchase order. Only the contracting office shown in bock 9 of the purchase order can authorize changes that will obligate monies. Please contact the Contracting Office shown in Block 7, and 31 for any clarifications and changes required by Government representatives. 52.212-2, Evaluation - Commercial Items (Jan 1999) is applies to this solicitation: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: "Technical: submitting a complete Quotation "Past Performance: CPARS/PPIRS checks, Online ratings, "Price "Technical evaluation shall be based on providing all required information, Meeting the Governments requirements, and the ability of the Offeror to provide a complete quotation, vice just sending a food and beverage menu, and a reference to the audio/visual company proving AV requirements. Any offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable. "Past Performance will be conducted in accordance with FAR subpart 13.106-2(b) "Pricing shall be evaluated based on the best value for the Government, considering all other non-cost evaluation factors. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to certify that their annual Representations and Certifications are updated as of the closing date of this solicitation. See Link: https://orca.bpn.gov/ for online updates for Representations and Certifications, or provide a completes Representations and Certifications, see https://www.acquisition.gov/far/html/Subpart%204_12.html 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644), 52.219-28, 52.219-8, 52.219-28, 52.222-19, 52.222-3, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-41, 52.223-18, 52.225-1, 52.222-44, 52.225-13, 52.232-34 52.222-42; Employee Class; Hotel Industry, Monetary Wage-Fringe; See link: http://www.bls.gov/oes/current/oes_41700.htm RESPONSES ARE DUE Tuesday, February 7, 2012 at 4:00PM Local Time (CST). Electronic offers will be accepted; submit quotation to - Timothy Scanlan: e-mail Timothy.Scanlan@va.gov. Contact information: Timothy A. Scanlan Senior Contract Specialist VA National Acquisition Center Business Resources Services P.O. Box 76 Hines, Il 60141 Ph 708 786-5210 Fx 708 786-5148 Timothy.Scanlan@VA.Gov Contracting Office Address: Department of Veterans Affairs National Acquisition Center P.O. Box 76 Hines, Illinois 60141
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANAC/VANAC/VA797T12Q0016/listing.html)
 
Document(s)
Attachment
 
File Name: VA797T-12-Q-0016 VA797T-12-Q-0016_1 COMBINED SYNOPSIS.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=292653&FileName=VA797T-12-Q-0016-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=292653&FileName=VA797T-12-Q-0016-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02664471-W 20120202/120131234646-f1f5f04a1bf79311df34984b727231d1 (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.