SOLICITATION NOTICE
X -- Series of Executive Development Programs
- Notice Date
- 3/9/2007
- Notice Type
- Solicitation Notice
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- 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, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- OPMFEI03092007
- Response Due
- 3/19/2007
- Archive Date
- 4/3/2007
- Description
- 1. Class Code: _X__ 2. NAICS Code: 531120 3. Subject: Series of Executive Development Programs 4. Solicitation Number: OPMFEI03092007. 5. Set-Aside Code: Open Market 6. Date Posted: March 09, 2007 7. Response Date: March 19, 2007 8. Place of Performance: Downtown Washington, DC area. 9. Statement of Work Purpose The purpose of this procurement is to obtain a facility offering lodging, meeting and conference services for a series of Executive Development Programs in downtown Washington, DC for the Federal Executive Institute (FEI). The Federal Executive Institute (FEI) is the Federal Governments premier Leadership Development Center. Since 1968, FEI has operated executive education programs for General schedule (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 FEIs Center for Organizational Performance (COP). FEI offers residential programs on its campus in Charlottesville, VA. The Federal Executive Institute (FEI) is seeking to replicate this campus experience in Washington, DC. Objectives/52.212-2 Evaluation -- Commercial Items/Services The objectives of this procurement are to identify and obtain a reasonable vendor quote and ability that will provide: a. Meeting rooms suitable for top-level executives. b. Conference services, (e.g., meeting, audio visual and other support) appropriate for executive participation. c. Food and beverage services (lunch and break service) with Infosys on variety of selections. d. A campus-like setting consistent with FEIs Charlottesville, VA facility. e. Insure a high-quality learning environment for executives exploring or enrolled in FEI?s programs. Program Dates The Vendor will service for Program dates: a. June 19, 2007 b. July 16 - 20, 2007 c. August 21 - 24, 2007 d. September 18 - 19, 2007 e. September 25 - 26, 2007 The contractor shall provide services on all dates as show above. Location Requirements The contractor shall be in the following area: a. In downtown Washington, DC area. b. Within 3 blocks of Metro stop (or established Metro shuttle). Lodging Requirements a. The contractor will provide individual sleeping accommodations for 2 people the day before and through the last day of the program. b. The contractor will provide additional accommodations for up to 28 program participants. c. The contractor will provide rooms of equal (executive level) quality. d. The contractor shall provide rooms accessible to handicapped individual available, if required. Meal Requirements a. The contractor will prepare to provide lunch for a minimum of 13 people and a maximum of 28 people for the duration of the program or provide a subcontractor to cater the event. b. The contractor/subcontractor will accommodate any special dietary needs. c. The meals shall be of high quality and offer a wide variety of healthy, nutritious and flavorful food options. Break Service Requirements a. The contractor/subcontractor will provide mid-morning and mid-afternoon break service daily to include; coffee, tea, sodas, juice, bottled water, and a light snack. b. The contractor/subcontractor will provide beverages from 7:00 a.m. to 5:00 p.m. c. The contractors break area will be in or adjacent to the meeting room. d. The contractor shall not change the location of the dining room for the duration of the program. Meeting Space Requirements a. The contractor will provide one large conference room to seat 13-28 people in a variety of configurations. b. The room shall be accessible to handicapped individuals. c. The contractor will allow room access 8:00 a.m. to 5:00 p.m. d. The contractor will provide a table outside of the room on the first day to facilitate the registration process. e. The contractor will provide an easel, stand, or other appropriate display for the session should be available. f. The contractor will ensure no change in meeting location for the duration of each program. Audio Visual and Information Technology Requirements The contractor will provide audiovisual and information technology presentation support in the meeting room. The Federal Executive Institute (FEI) may elect to provide some of the support hardware listed. The contractor will provide on call technical assistance when required during all program sessions. The contractor shall provide daily rental rates for the following items. a. Flip charts and markers b. White board and markers c. Variable lighting d. Flexibility in room set e. On-site and on-call technical support Proposal Submission Evaluation and Award Respondents must be a primary provider of all services. No submissions from sub-contract providers will be considered. Proposals submitted under this Statement of Work will be evaluated, and a contractor selected, based on both technical and cost considerations. Respondents shall provide cost proposal information separately from the technical proposal. Respondents shall provide a daily breakdown, as well as a total cost. The cost proposal must include the attached pricing form provided by the Federal Executive Institute. The technical proposal should include details describing contractor?s ability to provide the service requirements listed above. The Federal Executive Institute will select the contractor, whose offer provides the best value to the government, considering primarily technical factors and secondarily price. The award will be made without discussion. Proposals should be sent to the point of contact in this announcement only. Respondents cost summary sheet shall be included with your price proposal for bid to be considered by the selection committee. The Federal Executive Institute is a tax exempt entity; Respondents shall not include taxes in proposal. 10. Relevant Clauses (vi) The provision at FAR 52.212-2, Evaluation - Commercial Items/services is applicable to this acquisition. The specific evaluation criteria to be included are as follows: (vii) The contractor(s) reasonable replies shall have cost proposal information separate from the technical proposal submissions. (viii) The contractor(s) technical proposal shall include details describing the contractor(s) ability to provide the service requirements listed above to include resources if required. The Federal Executive Institute reserves the right to select based on the best value that will meet the government?s objectives and goals. (ix) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and, Offeror Representations and Certifications -Commercial Items/services, with its offer. (x) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xi) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders also apply. (xii) The clause at 52.232-8 -- Discounts for Prompt Payment (xiii) The clause at 52.232-9 -- Limitation on Withholding of Payments. (xiv) The clause at Subpart 32.9 -- Prompt Payment (xv) The clause at 32.905 Payment Documentation and Process (xvi) The clause at 15.101-1 -- Tradeoff Process (xvii) The clause at 15.101 -- Best Value Continuum (xviii) Subpart 4.11 Central Contractor Registration (xix) 52.204-8, Annual Representations and Certifications (xx) 52.219-2, Equal Low Bids (xxi) 52.215-6, Place of Performance (xxii) 3.104-4 -- Disclosure, Protection, and Marking of Contractor Bid or Proposal Information and Source Selection Information (xxiii) 3.501 -- Buying-In (xxiv) 3.502 -- Subcontractor Kickbacks (xxv) Subpart 9.5 -- Organizational and Consultant Conflicts of Interest (xxvi) 9.505-2 -- Preparing Specifications or Work Statements Inquiries concerning this Statement of Work are to be directed to Bonnie Boston 434-980-6200 beboston@opm.gov Proposals must be submitted to: The Federal Executive Institute Attn.: Bonnie Boston 1301 Emmet Street Charlottesville, VA 22903 434-980-6200 fax: 434-961-6494
- Place of Performance
- Address: Downtown Washington DC area
- Zip Code: 20415
- Country: UNITED STATES
- Zip Code: 20415
- Record
- SN01247971-W 20070311/070309222249 (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 |