Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2006 FBO #1738
SOLICITATION NOTICE

X -- Conference Services for FEI program

Notice Date
7/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting Group, 1900 E Street, N.W., Room 1342, Washington, DC, 20415-7710
 
ZIP Code
20415-7710
 
Solicitation Number
OPMFEI07202006
 
Response Due
7/31/2006
 
Point of Contact
Kathleen Gibson, Contracting Officer, Phone 434-980-6288, Fax 434-979-3387,
 
E-Mail Address
krgibson@opm.gov
 
Description
This is a combined synopsis solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement/solicitation is unrestricted to both large and small business. This announcement constitutes the only solicitation; offers are being requested, and a separate written solicitation will not be issued. This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular 2005-8. The NAICS code is 721110, and the small business size standard is $6 million. Incorporated by reference is FAR 52.212-1, Instructions to Offerors - Commercial and Addenda. Offerors must include a completed copy of FAR 12.212-3, Offeror Representations and Certifications - Commercial Items with its offer. This provision may be viewed at: http://orca.bpn.gov. Incorporated by reference is FAR 52.212-4, Contract Terms and Conditions - Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items is incorporated at the end of this solicitation. Full text of clauses may be downloaded from www.arnet.gov/far at Part 52. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. FAR Clause 52.232-33. This combined synopsis solicitation will result in a fixed-price contract being awarded for meeting space, audio visual equipment rental, meal service, mid-morning and mid-afternoon break service and lodging for instructor and program support persons. The period of performance is September 11-15, 2006. The Federal Executive Institute (FEI) is the federal government's premier leadership education center. Since 1968, FEI has operated executive education programs for GS-15s and members of the Senior Executive Service (SES). At present, these programs include a four-week Leadership for a Democratic Society (LDS) program, offered ten times per fiscal year and a variety of open-enrollment and custom-designed programs through FEI’s Center for Organizational Performance (COP). Objectives: The purpose of this procurement is to obtain a facility to provide lodging, meeting space, meals and break service for a maximum of 37 people for a 5 day training program, sponsored by the Federal Executive Institute (FEI). To provide an educational experience for participants that is comparable to the Federal Executive Institute. 1. Location Requirements: The contractor must be located within 10 miles of Charlottesville, Virginia. 2. Lodging Requirements: The contractor must provide individual sleeping accommodations for a minimum of 37 persons for 4 nights. All rooms must be individual/private-sleeping rooms with private toilet facilities at government per diem rate for Charlottesville, VA. These rates may be viewed at: http://www.gsa.gov/Portal/gsa/ep/home.do?tabId=0 and are inclusive of tips, service charges and taxes. All rooms must be of equal quality. Facility must have handicap accessible rooms available, if necessary. 3. Meal Requirements: The contractor will be prepared to provide meals for a minimum of 30 people for the duration of the program or provide a subcontractor to cater the event. The contractor/subcontractor must accommodate any special dietary needs. The meals must be of high quality and offer a wide variety. 4. Break Service Requirements: 1. The contractor will provide mid-morning and mid-afternoon break service daily to include; coffee, tea, sodas, juice, bottled water, and a light snack. 2. Evening social ½ hour cash bar 5. Meeting Space Requirements: The contractor will provide a large meeting space to seat 37 people. The room must allow space for round tables and chairs and be handicap accessible. The large meeting room must be available from 8:00 am to 9:00 pm each program date. The contractor will also provide a registration table outside of the main meeting room for participant check-in on the first day of the program. Meeting rooms should include Audio-Visual and computer receptacles; phone lines for Internet access & electrical outlets. The contractor will provide one small conference room to seat 8-10 people. The room must allow 24 hour access. Audio Visual and Information Technology Requirements: The contractor must provide audiovisual and information technology presentation support in the meeting room. FEI may elect to provide some of the support hardware listed. Please provide daily rental rates for the following items: On call technical assistance may be required during program sessions. Please provide daily rental rates for the following items. Data/video projector VHS video player DVD player PA system with wireless microphone(s). PA must also provide sound reinforcement for DVD, VHS, and laptop PC Flip charts Technical support personnel 6. Proposal Submission, Evaluation and Award - Proposals submitted under this Statement of Work will be evaluated, and a contractor selected, based on both technical and cost considerations. PLEASE PROVIDE COST PROPOSAL INFORMATION SEPARATELY FROM THE TECHNICAL PROPOSAL. The contractor shall provide a fixed-price for each contract line item as well a total cost for the contract. PROPOSALS NOT CONTAINING A TOTAL COST WILL BE REJECTED AS NON-RESPONSIVE. Descriptive literature regarding your facility shall be submitted with your proposal including sleeping rooms, eating/restaurant spaces, menus, hotel parking fees, laundry services, meeting room space, diagrams and square footage. If the contractor is not a university or educational institution, the contractor’s facility must have one of the following quality ratings: First class or higher per the Official Hotel Guide; Three crowns or higher per the OAG Business Travel Planner; or Three diamonds or higher per AAA. The Contractor’s facility must be Federal Emergency Management Agency approved and listed on the U.S. Fire Administration Hotel and Motel National Master List found at http://www.usfa.fema.gov/hotel/search.cfm. The Contractor's facility must be compliant with the requirements of the American with Disabilities Act (Public Law 101-336) 42 U.S.C. 12101 et. seq.). Technical proposals will be evaluated for, size, quality of services and accommodations, confirmation of its overall quality rating; location, and documentation of experience with large conferences. The Federal Executive Institute reserves the right to conduct an on-site inspection of offered facilities. The contractor shall provide information (availability/cost) on other amenities of hotel i.e., guest parking policy, workout facilities, menus and cancellation policy. The technical proposal should include details describing contractor’s ability to provide the service requirements listed above. REQUIRED CENTRAL CONTRACTOR REGISTRATION APPLY TO THIS ACQUISITION (REGISTRATION CAN BE ACCOMPLISHED AT WWW.CCR.GOV). The Federal Executive Institute will select a contractor, whose offer provides the best value to the government, considering primarily technical factors and secondarily price. Award will be made to the offeror determined to be the Best Value to the Government in accordance with FAR 52.212-2 Evaluation of Commercial Items. Award may be made with or without discussions with the offeror(s). Therefore, your offer should include your lowest pricing. Proposals should be sent to the point of contact in this announcement ONLY – beware of third party solicitations. All responsible sources that can meet the requirements and provide the services listed above may submit a technical proposal, a separate cost proposal and the other information described above. An proposal that does not meet the solicitation requirements may be rejected as non-responsive. Evaluation Commercial Items (factors listed in descending order of importance: 1. Size and quality of services and accommodations; 2. Location 3. Experience with similar conferences, 4. Commitment to customer service based on its reputation for demonstrating concern for its customers; and 5. Price. (Size and quality of services and accommodations, location and experience with large conferences, when combined are more important than price). Submit your proposal to Ms. Bonnie Boston who may be reached at beboston@opm.gov or (434)980-6277. The preferred method of proposal submission is by email to: beboston@opm.gov. It is the contractor’s responsibility to ensure receipt of proposals delivered through email. Due to delays associated with mail delivery and irradiation at Government buildings, it is recommended that commercial delivery services be used if your proposal is not emailed. Closing date for receipt of offers is July 31, 2006 at 5:00 p.m. edt. The Federal Executive Institute is a tax exempt entity; please do not include taxes in proposal. Mailing address: Federal Executive Institute, Attn: Bonnie Boston, 1301 Emmet Street Charlottesville, VA 22903 Proposals must be received at FEI no later than 5:00 p.m. est July 31, 2006. Award will be made on or about August1, 2006. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-JUL-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 28-AUG-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/OPM/OCAS/CD/OPMFEI07202006/listing.html)
 
Place of Performance
Address: Within 10 miles of Charlottesville, VA
Zip Code: 22903
Country: UNITED STATES
 
Record
SN01128165-F 20060830/060828223744 (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.