SOLICITATION NOTICE
V -- CONFERENCE SPACE RENTAL AND SUPPORT SERVICES
- Notice Date
- 12/14/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Attn: Department of Veterans Affairs Austin Automation Center, (316= ), 1615 Woodward Street, Austin, Texas 78772
- ZIP Code
- 78772
- Solicitation Number
- 777-03-H008
- Archive Date
- 1/18/2003
- Point of Contact
- Contracting Officer - Karen Lebo, Contracting Officer, (440) 838-6= 028
- E-Mail Address
-
Email your questions to Karen Lebo
(karen.lebo@lrn.va.gov)
- Description
- This is a combined synopsis/solicitation to negotiate a Firm Fixed Price type contract for Hotel Accommodations, Conference Space Rental and Support Services in the New Orleans, Louisiana area. Request for Quotation 777-03-H008 is in accordance with FAR Subpart 13.5 test program. This is not a solicitation for Event Planning Services. This announcement incorporates provisions and clauses in effect through FAR FAC 2001-09 and VAAR 97-9. NAICS Code 721110 and the small business size standard is $6 million. This BOS announcement/solicitation is solicited unrestricted and constitutes the only bid document that will be issued. The Period of Performance for this requirement is April 28, 2003 =96 May 2, 2003 (approximately 52 sleep rooms and 8 suites with sleep rooms and required meeting space). The Department of Veteran Affairs, Employee Education System (EES) is sponsoring a training conference on the topic of VA Senior Executive Leadership Institute conference. The hotel must accommodate 60 sleep rooms 8 of which must be suites (based on the timeframe), must provide all requirements specified for conference needs in Parts B, C and D below, and must provide lodging rates within the stated Government Per diem. A separate written solicitation document will not be issued. A response to requirements listed below shall be submitted on contractor letterhead or formal quotation form and must address all requirements listed in a separate technical proposal. Descriptive literature for facility must also be included in proposal/bid package including meeting room diagram and square footage. Hotel must be FEMA approved and accommodate an estimated 60 attendees with the following needs: Part A: Hotel Lodging suite type only- (1a) 52 sleep rooms, 8 suites for participants arrival on 4/28/03 through 5/1/03, (1b) 20 sleep rooms for participants on 5/2/03. Rooms must be Individual/private sleeping rooms and suites with toilet facilities required at government per diem rate for New Orleans area which has a government per diem rate of $139.00. Part B: (1) Meeting Space-General Session Meeting Room for 4/29/03 =96 5/2/03 to accommodate 60 ppl round seating (6 round tables for 8 or 5 round tables for 10 with rectangular table in back of room to seat 8 and rectangular table in front of room to seat 6 ppl; plus Large projection screen, overhead projector, 2 flipcharts/markers, 1 VCR and monitor;=20 held on 24-hr basis beginning at 7:30 am on Apr 29, 2003 and ending at 3:00 pm on May 2, 2003. (2) One breakout room needed for Resource Room on 24 hr basis beginning April 29, 2003 from 8:00 am until May 1, 2003 at 5:00 pm and should be set up in U shape with 12 chairs inside of U with room to allow approx 25 flow thru traffic; 1 VCR & monitor in room. This room should be adjacent to or very close to general session room and break area. Part C: Light refreshment for morning and afternoon breaks will be required from April 29 through May 2, 2003. Part D: 1. Other requirements; variety of restaurants with walking distance (not to exceed 4 normal blocks) in safe area. 2. Must be at least 2 star (**) hotel. Award will be made to the offeror determined to be the Best Value to the Government in accordance with FAR 52.212-2 with evaluation factors listed in descending order of precedence: size, price, experience with large VA conferences. Evaluation may be made with or without discussions with the offeror(s). Only proposals from Hotels that are compliant with the requirements of the Hotel and Motel Fire Safety Act of 1990 (Public Law 101-391) (15 W.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. =20 Offerors proposing facilities that are not listed will be rejected as non-responsive. In addition, the offeror=92s facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12101 et. Seq.). Only Hotels that can meet the requirements and provide items as listed above may respond to this solicitation by submitting cost and technical proposals on their letterhead, along with the Hotel Contract. The following provisions and clauses shall apply to this solicitation: 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 will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far (FAR) and http://www.va.govoa&mm/vaar/ (VAAR); 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items (factors in descending order of importance: location, price); 52.212-3 Offeror Representations and Certification-Commercial Items (Offerors must include a completed copy of Offeror Representations and Certification along with his/her offer); 52.212-4 Contract Terms and Conditions Commercial Items; 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)(11)-(b)(15), (b)(19)(i), (b)(21), (b)(25) (b)(26) applies if Government Purchase Card is used, (c)(1), (c)(2), and (c)(4); FAR 52.232-18 Availability of Funds; VAAR 852.270-4 Commercial Advertising; 852.237-70 Contractor Responsibilities; and 852.270-1 Representatives of Contracting Officers. Proposals shall include all information required in 52.212-1, Schedule of Prices Offered, and a completed copy of provision 52-212-3. Submit all price, descriptive literature technical proposals, and Hotel Contract to Elaine Beaver, Event Manger/Contracting Officer, EES, 950 22nd St N, Suite 500, Medical Forum Building, Birmingham, AL 35203. Phone: 205-731-1812 x320, FAX 205-731-1820, email Elaine.beaver@lrn.va.gov Faxed proposals will be accepted. Closing Date for Receipt of Proposals is December 19, 2002 3:00 Eastern Time.
- Web Link
-
Draft RFP 777-03-H008
(http://www.bos.oamm.va.gov/solicitation?number=3D777-03-H008)
- Record
- SN00223848-W 20021216/021214213251 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |