SOLICITATION NOTICE
V -- V -- Conference Space Rental & Hotel Services
- Notice Date
- 7/8/2005
- 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
- 777-06-H900
- Response Due
- 7/15/2005
- Archive Date
- 8/14/2005
- Point of Contact
- Point of Contact - Gwendolyn Sellers, Contracting Officer, Ph: (202) 745-8223, Fx:(202) 745-8274, Contracting Officer - Gwendolyn Sellers, Contracting Officer, Ph:(202) 745-8223, Fx:(202) 745-8274
- E-Mail Address
-
Gwendolyn Sellers
(gwen.sellers@lrn.va.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 located in the Washington, DC area. Request for Proposal 777-06-H900 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. This announcement incorporates provisions and clauses in effect through FAR FAC 2005-04 and VAAR 97-10. 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 October 24-27, 2005; October 31-November 3, 2005; OR November 14-17, 2005 (approximately 720 sleeping room nights and required meeting space). Department of Veterans Affairs, Employee Education System (EES) is sponsoring a training conference on the topic of TCF Interns. The hotel must accommodate approximately 720 sleeping room nights (based on the timeframe), must provide all requirements specified for conference needs in Parts A, 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 letterhead and must address all requirements listed in a separate technical proposal. A hotel contract shall be submitted with your technical and price proposal, along with descriptive literature to include sleeping rooms, meeting room space, diagrams and square footage, and menus. To be eligible for award under this solicitation, the offeror must propose for use 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. Offers proposing facilities that are not listed will be rejected as non-responsive. In addition, the offeror's facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C 12101 et. seq.). In accordance with FAR 52.204-7-Central Contractor Registration (Oct 2003), contractors are required to register in the Central Contractor Registration (CCR) database http://www.ccr.gov prior to award of any contract. The hotel facility must accommodate a total of 160 attendees with the following needs: Part A: Hotel Lodging (day of check-in), 160 sleeping rooms; Conference Day 1, 160 sleeping rooms; Conference Day 2, 160 sleeping rooms; and Conference Day 3, 80 sleeping rooms. Rooms must be individual/private-sleeping rooms with toilet facilities at FY 2006 government per diem rate for Washington, D.C. Payments for Part A shall be the sole responsibility of each participant, to include no-shows fee. Part B: Meeting Space- Meeting Space for Day 1: (1) GENERAL SESSION room to accommodate 160 ppl classroom style; Room must be large enough to accommodate rear screen projection and must be available for setup no later than 12:00 noon on the previous day and held on a 24-hour basis through the conclusion of the conference. (2) ONE breakout on Conference DAY 1, large enough to accommodate 20 people in a U-shape. EIGHT breakouts needed on Conference DAY 3, each set in a U-shape for 20 people. Registration to be set up outside general session room (two 6' skirted tables with four chairs plus two skirted tables against wall for materials, and two waste baskets.) Securable storage space for meeting materials in or adjacent to general session room must be available beginning on Day 1 through conclusion of conference. Part C: Light refreshments for morning and afternoon breaks may be required. Please provide menus and prices. Part D: 1.Other requirements: variety of restaurants available within the hotel or within walking distance (not to exceed 4 normal blocks) in safe area or there should be easily accessible transportation to restaurants. Proposal must indicate whether the hotel agrees to the right of VA to use an audiovisual vendor of its choice and whether there is a cost incurred for connection to hotel PA system with use of outside equipment. It must also indicate requirements for using outside security. All proposals submitted in response to 777-06-H900 should remain valid for a period of 30 days to accommodate possible legal and technical reviews. Award will be made to the offeror determined to be the Best Value to the Government in accordance with FAR 52.212-2 evaluation factors. Evaluation may be made with or without discussions with the offeror(s). Technical proposals will be evaluated for size, quality of services and accommodations, location, and experience with large conferences. VA reserves the right to conduct an on-site inspection of offered facilities. Prices will be evaluated separately from the technical proposal and will be evaluated in terms of cost for accommodations and service, cancellation and attrition, refreshments. All responsible sources that can 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. For a proposal submitted by an offeror that is not a hotel, the offeror, not the hotel, is to be considered the prime contractor. Therefore, that offeror must describe in its proposal the technical approach for the offeror's services as a prime contractor and must also include a copy of all insurance(s) (standard business, liability, extraordinary insurances) in order to submit a complete technical proposal for evaluation purposes. (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.) 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.gov/oamm/vaar/ (VAAR); 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items (factors listed in descending order of importance): 1. Size and quality of services and accommodations (40% weighted); 2. Location (30% weighted); 3. Experience with large conferences (30% weighted), and 4. Price. Size and quality of services and accommodations, location and experience with large conferences, when combined, are more important than price. The total technical evaluation will be weighted 60% and price will be weighted 40%. 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 Submit all price, descriptive literature, technical proposals, and hotel contract to Gwen Sellers, Event Manger/Contracting Officer, VA EES, 50 Irving St. N.W.,Washington, DC 20422. Phone: 202-745-8223 FAX: 202-745-8274, email: Gwen.Sellers@LRN.VA.GOV . Faxed proposals will be accepted. Closing date for receipt of proposals is July 15, 2005 at 3:00 PM Central Daylight Time. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-JUL-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/VA/VAAAC/VAAAC/777-06-H900/listing.html)
- Record
- SN00844006-F 20050710/050708211953 (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 |