Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2008 FBO #2308
SOLICITATION NOTICE

V -- Conference Space Rental & Hotel Services

Notice Date
3/20/2008
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Veterans Affairs;Education SVC;1615 Woodward Street;Austin TX 78772
 
ZIP Code
78772
 
Solicitation Number
VA-777-08-RP-0133
 
Response Due
4/2/2008
 
Archive Date
6/1/2008
 
Point of Contact
Deborah Palmer Event Manager/Contracting Officer Department Of Veterans Affairs 202-461-4062 deborah.palmer3@va.gov
 
E-Mail Address
Email your questions to NEW EVENT MANAGER/CONTRACT SPECIALIST
(Deborah.Palmer@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Description: This is a combined synopsis/solicitation to negotiate a Firm Fixed Price type contract for Hotel Accommodations, Conference Space and Hotel Services, located: Atlanta, GA Request for Proposal VA-777-07-RP-0133 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. For a proposal submitted by an offeror that is not a hotel, the offeror, not the hotel, will 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.) This announcement incorporates FAR provisions and clauses in effect through FAR FAC 2005-19 and VAAR 97-10. NAICS Code 721110 and the small business size standard is $6.5 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: November 17-20, 2008 (approximately 350 sleeping rooms and the required meeting space must be housed in the same facility). The Department of Veterans Affairs (VA), Employee Education System (EES) is sponsoring an All Staff training conference. The hotel shall accommodate 350 sleeping rooms (based on the timeframe), shall provide all requirements specified for conference needs in Parts A, B and C below, and lodging rates must be within the Government Per diem rate or lower for selected area ($129). A response to requirements listed below shall be submitted on hotel letterhead and shall address all requirements listed in a separate technical proposal. A hotel contract shall be submitted with your proposal, along with descriptive literature to include sleeping rooms, meeting room space, diagrams and square footage, information (availability/cost) on amenities of hotel i.e., parking, shuttle services; transportation to/from airport, AV equipment, 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 and the Central Contractor Registration website (www.ccr.gov). 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.). Employee Education All-Staff Meeting The hotel facility must accommodate an estimated 350 attendees with the following needs: Part A: Hotel Lodging ??? 350 sleeping rooms for participants arrival on Monday, November 17, checking out Thursday, November 20, 2008. (Pattern/totals per night: Monday=350, Tuesday=350, Wednesday=350, Thursday=25). Rooms must be individual/private sleeping rooms with toilet facilities at government per diem (or below) rate for Atlanta ($129). Payments for Part A shall be the sole responsibility of each participant, to include no-show fees. Part B: 1) ONE General Session Meeting Space for Tuesday, November 18 at 8am through Thursday, November 20, at 6:00pm, (24-hour Hold) to accommodate 350 ppl in banquet seating style (8 table), with space for rear screen projection without pillars and 15-ft or greater ceiling; 24 ft x 16 ft riser/stage, 2-Skirted Head Tables for Panel Members (4-6ppl) with standing lectern in the front of the General Session room. Set up for General Session Room will start on Monday, November 17, 2008 at 3:00pm 2) Registration Area (3 - 6ft rectangular Skirted Tables with 6-Chairs) starting at 4:00pm on Monday through Thursday at 6:00pm (24-hour hold). 3) ONE Exhibit area for 15 - 10X10ft booths 4) ONE Large Office Area, with working lock, located near the plenary session, for 15ppl to assemble registration materials, material storage, starting at 8:00am on Monday, November 17, through Thursday, November 20, at 6:00pm (24-hour hold). 5) ONE Speaker Ready Room near the general session room. 6) Ten Breakout Rooms (in ADDITION to general session) for Tuesday at 8am through Thursday at 6:00pm. Two breakout rooms should accommodate up to 100 people and the remainder of the rooms should accommodate 35-40ppl in banquet seating; 1-Skirted Head Table for Panel Members (2-3ppl) with standing lectern in the front of all the breakout rooms. Part C: Anticipate Light refreshments for morning and afternoon breaks. Possible awards reception may take place. Please provide menus (include ala carte menus). The Federal Government policy does not permit a guaranteed amount of food and beverage revenue. Part D: Other requirements; must be within walking distance of a variety of restaurants and shops (not to exceed 4 normal blocks) in a safe area, and preferably within walking distance of a Marta Station/Stop. Proposal must indicate whether the hotel agrees to the right of DVA to use their own audiovisual equipment and if there is a cost incurred for connection to hotel sound system with use of own equipment. NOTE: Government reserves the right to hire an outside audiovisual company without any penalties incurred as part of the fair practice procurement regulations. 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). VA reserves the right to conduct an on-site inspection of offered facilities. 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. The technical proposal submitted by an offeror that is not a hotel, must describe the technical approach for the offeror's services as a prime contractor and must also include a copy of insurance and all necessary licenses in order to be considered a complete technical proposal. Any offer that does not meet the solicitation requirements will be rejected as non-responsive. The following provisions and clauses shall apply to this solicitation: FAR 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); FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation Commercial Items (factors listed in descending order of importance: Item 1. Size, quality of services, and accommodations. Item 2. Location. Item 3. Experience with large conferences, and Item 4. Price, cost for accommodations, services, cancellation fee, attrition and refreshments. Size, quality of services, accommodations, location and experience with large conferences, when combined are more important than price); FAR 52.212-3 Offeror Representations and Certification-Commercial Items. (Offerors must include a completed copy of the FAR 52.212-3 Offeror Representations and Certification along with his/her proposal); FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 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 232-10 Availability of Funds for the Next Fiscal; 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 FAR 52.212-1, Schedule of Prices Offered, and a completed copy of provision FAR 52-212-3. Availability of Funds During a Continuing Resolution. Funds are not presently available for performance under this contract beyond September 30, 2007. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30, 2007, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. Submit all price, descriptive literature, technical proposals, and Hotel Contract to Deborah Palmer, Event Manager/Contracting Officer, Department of Veterans Affairs, Employee Education System, 810 Vermont Ave., NW, Washington, DC 20420 . Phone 202-461-4062, Fax 202-501-3462, or email Deborah.palmer3@va.gov. Faxed proposals will be accepted. Closing date for receipt of proposals is April 2, 2008.
 
Record
SN01537404-W 20080322/080320224137 (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.