Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2016 FBO #5178
MODIFICATION

X -- Sources Sought - Conference Facility and Lodging Accommodations

Notice Date
1/25/2016
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Office of Personnel Management, Office of Procurement Operations, Contracting, 1900 E Street, N.W., Room 1342, Washington, District of Columbia, 20415-7710, United States
 
ZIP Code
20415-7710
 
Solicitation Number
OPMXXBH012116
 
Point of Contact
Barbara A. Hansen, Phone: 2158613051
 
E-Mail Address
Barbara.Hansen@OPM.gov
(Barbara.Hansen@OPM.gov)
 
Small Business Set-Aside
N/A
 
Description
The Office of Personnel Management (OPM) is seeking a vendor or vendors to provide the following Conference and Lodging accommodation services summarized for the dates outlined below. The contractor(s) shall be required to provide OPM with state-of-the-art training/conference space designed for a variety of learning approaches that support knowledge acquisition and action learning. The state-of-the-art training space must include and support overnight lodging accommodations, dedicated training space with easily movable furniture (ergonomic chairs and tables), at least five breakout rooms, and food and beverages services for up to 65 Federal/contract personnel for the training courses on dates specified below: Program Arrival Departure #Rm.Nights # Rooms Total Collabor. Leadership 3/6/16 3/17/16 11 36 396 Executive Development 5/8/16 5/19/16 11 36 396 Women'e Leadership 5/22/16 5/27/16 5 36 180 TBD TBD TBD 11 36 396 TBD TBD TBD 5 32 160 TBD TBD TBD 11 36 396 Each program will have a maximum of 55 personnel to include both participants and faculty. Logistical support and amenities requirements include, but are not limited to: onsite parking for all participants, dedicated storage area for training materials as well as loading docks for the receipt of program materials, onsite fitness center and business center facilities, free high speed internet, cable/satellite TV, handicap accessibility, phone feature - voice mail, alarm clock, coffee maker/tea services, individual climate control, iron and ironing board, hair dryer in bathroom, as well as 24 hour room service. Lodging accommodations must be Americans with Disabilities Act (ADA) compliant, the property must be able to provide single-occupancy lodging, housing for up to 40 participants and 10-15 adjunct faculty and staff under one roof (i.e. no overflow property to be used), provide the capability for late check-in and check-in the night prior to the course start date. Weekend lodging will be required for participants and/or faculty for when programs are delivered over consecutive weeks, not to exceed 4 consecutive weeks. Guest rooms must be a minimum of 400 square feet to include seating area with sofa or chair for lounging as well as a separate workspace including a desk and desk chair data port, electrical outlets, quality linen provided (no less than 250 thread count and in like-new condition), rooms clean and well maintained; all rooms must be of equal quality. As noted above, firm dates only exist at this time for the one program in March 2016 and two programs in May 2016. All information regarding the TBD dates will be communicated to successful awardees to future synopsis/solicitation several weeks prior to the firm requirement. Training rooms require one general session room (approximately 1,000 square feet) to comfortably accommodate up to 40 participants plus adjunct faculty with comfortable and ergonomically sound or cushioned chairs with adjustable settings. The room should be well-ventilated and free of support posts or other obstacles, providing an unobstructed view of the projector screen(s). Also needed are breakout room space that can accommodate 6-10 people at one time. Audio-visual and information technology equipment are required. All interested vendors must hold (and have documented) a rating of three out of five stars or higher in one or more of the following quality rating standards: a. Mobile Travel Guide b. OAG Business Travel Planner c. AAA Meals and Break Services are also required. All interested vendors must be able to provide three buffet meals daily for all participants and contractors (breakfast, lunch, and dinner) in a general dining room accommodating all guests, as well as ability to provide refreshment break stations during classroom hours, including a variety of beverages and snacks. All meals will include a vegetarian option. This is not a request for quote but rather it is a sources-sought notice to determine interest in the forthcoming synopsis/solicitation. The complete Performance Work Statement will be included with the forthcoming synopsis/solicitation. All interested vendors that have the capacity to provide accommodations as summarized above and contained in the ‘draft' performance work statement shall send responses to include a statement of interest in this requirement and information on their facility and accommodations to: Barbara.Hansen@opm.gov no later than January 29, 2016 at 4:30 p.m.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/OPM/OCAS/CD/OPMXXBH012116/listing.html)
 
Place of Performance
Address: Within 25 Miles of Charlottesville, VA, Charlottesville, Virginia, United States
 
Record
SN04000309-W 20160127/160125234237-7fac3abfbc4eb35d8549e44b81a29e16 (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.