Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2009 FBO #2617
DOCUMENT

X -- 2009 DOL/Job Corps Annual Leadership Summit - Past Performance Questionnaire

Notice Date
1/23/2009
 
Notice Type
Past Performance Questionnaire
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001
 
ZIP Code
20210-0001
 
Solicitation Number
DOL099RP20637
 
Archive Date
2/21/2009
 
Point of Contact
Gladys Bailey,, Phone: 202-693-4598, Tova L Stein,, Phone: 202-693-4570
 
E-Mail Address
bailey.gladys@dol.gov, stein.tova@dol.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation to negotiate a Firm Fixed price type contract for Hotel/Motel accommodations with sleeping room blocks for attendees to make their reservations, meeting space, and audio visual equipment rental and set-up for a period of five days during the Fall of 2009 in Washington, D.C. These accommodations are requested to provide the Department of Labor (DOL)/Job Corps 2009 Annual Leadership Summit. Lodging rates Must be within the Government Per Diem rate (or lower) for the Washington, DC area. This request for proposal (RFP) DOL099RP20637 is in accordance with FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This is not a solicitation for Even Planning Services or 3rd Party Event Planning Services. DOL will not consider a proposal submitted by an offeror that is not a hotel/motel. An offer which requires the Government to execute a separate agreement with a third party shall be deemed technically unacceptable. DOL reserves the right to conduct an on-site inspection of offered facilities. The offeror’s facility must be compliant with the requirement of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12101 et. Seq.). The hotel facility must be registered in the CCR to be eligible for award. The hotel must be FEMA approved and on the US Fire Admin. Hotel & Motel National Master List to be eligible for award. This announcement incorporates FAR provisions and clauses in effect through FAR FAC 2005-28. The NAICS Code for this requirement is 721110 and the small business size standard is $7 Million. This acquisition is solicited unrestricted. This announcement constitutes the only solicitation; a written solicitation will not be issued. The period of performance for this requirement is five (5) days between late August 2009 through early December 2009. Statement of Work A. Background Department of Labor (DOL)/Job Corps Annual Leadership Summit, held once a year, is the largest annual gathering of the Job Corps community with approximately 700 in attendance including Job Corps center directors and staff, operators, and regional federal staff. The Annual Leadership Summit is a working conference that informs the Job Corps community of the National Director’s goals. The summit includes plenary sessions and workshops. B. Goals/Objective The U.S. Department of Labor’s Office of Job Corps requires a sleeping room block for attendees to make their room reservations, meeting space, and audio visual equipment rental and set-up for a period of five days in during the Fall 2009 in Washington, D.C. to provide the DOL/Job Corps 2009 Annual Leadership Summit. C. Scope of work Job Corps requires: The meeting space and overnight accommodations must be located in a single facility in Washington, D.C. and must meet all of the following requirements: •Be centrally located in Washington, D.C. for convenient arrival and departure for out-of-state attendees; •Be within 10 minutes walking distance from a metro station; •Have wireless high speed Internet access in the guest rooms; •Have in hotel dining; •Have on-site business centers; and •Be handicapped accessible. A meeting room block of at least 2,000 consecutive room nights must be reserved for 5 days between lat August 2009 through early December 20, 2009 at the prevailing government rate. The first day of the Summit must be a Monday, Tuesday or Wednesday (see example below). Summit participants will be responsible for their own room charges. Meeting space to accommodate 700 people over the course of 3 days (24 hours a day) The meeting space must include a minimum of six and a maximum of eight break-out rooms, as well as one ballroom, two break out rooms, one for Cyber Café, one staff room, and one storage room. The following space should be available one day prior to the start of the conference for the purpose of tear down and wrap up meetings: one room for Cyber Café, one staff room, one storage room and two break out rooms. See example below. Example: If Monday is the first day of the Summit, then Sunday the day prior will be the set-up day. See breakout below: Sunday—Setup & Rehearsal Day Monday—Day 1 Tuesday—Day 2 Wednesday—Day 3 Thursday—Tear Down & Wrap Up Day = 5 days Meeting room must be equipped with an LCD projector & chart, Internet capability upon request, and a variety of up to 103 each microphones (e.g., podium microphones, wireless hand held microphones, and lavalieres, etc.) Technicians should be on hand to set up and disassemble all audio visual equipment, and provide any necessary support throughout the entire event. The following FAR provisions and clauses are applicable to this requirement: FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Feb 2007) with addendum; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Nov 2007); 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995), FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (July 2005); FAR 52.233-3, Protest After Award (Aug 1996); FAR 52.233-2 Service Protest (Sep 2006); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.204-7, Central Contractor Registration (Jul 2006), Note: CCR can be obtained by accessing the Internet at http://www.ccr.gov or by calling 1-888-227-2423; FAR 52.219-8, Utilization of Small Business Concerns (May 2004); FAR 52.222-3, Convict Labor (June 2003); FAR 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Aug 2007); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007); FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37, employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); FAR 52.222-50, Combating Trafficking in Persons (Aug 2007); FAR 52.225-1, Buy American Act—Supplies (June 2003); FAR 52225-13, Restrictions on Certain Foreign Purchases (Feb 2006); FAR 52.222-41, Service Contract Act of 1965 (Nov 2007); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989); FAR 52.232-33-Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003); FAR 52.232-18 Availability of Funds (Apr 1984); 52.212-1, Instructions to Offerors—Commercial Items (Nov 2007) with addendum; FAR 52.212-2, Evaluation—Commercial Items (Jan 1999) with addendum; FAR 52.212-3, Offeror Representations and Certification—Commercial Items (Nov 2007). All FAR clauses and provisions incorporated by reference may be viewed in full text at http://www.arnet.gov/far/ ADDENDUM TO 52.212-1, INSTRUCTIONS TO OFFERORS—COMMERCIAL ITEMS ((NOV 2007) The technical response will be evaluated in accordance with specific evaluation categories and criteria listed in the Addendum to 52.212-2 Evaluation—Commercial Items (Jan 1999) of the contract. All proposals must be for all items, as stated, partial proposals will not be accepted. Award will be made to a single vendor. Non-Price Factors (Not to Exceed 2 pages); Cost/Price (Not to Exceed 3 pages); and Past Performance (Not to Exceed 3 pages) See attached Past Performance Questionnaire which are due at the closing of this RFP. PAST PERFORMANCE All offerors must provide a list of relevant contracts and subcontracts (including contract numbers) and programs that they currently operate or have operated within the past three years. The reference should be on project/work similar in nature to the work being solicited. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial customers. Each offeror shall send a copy of the Past Performance Questionnaire (See Attachment D.1 to this RFP) to each reference with which the offeror has had a contract within the last three years, up to five references. Offerors need not request Past Performance information for any current contract performed for less than 6 months prior to the proposal submission date. The offeror shall instruct the respondent of the Questionnaire to forward the completed questionnaire to the address identified on the face sheet of the Past Performance Questionnaire. Each offeror will be evaluated on his/her performance under existing and prior contracts for similar products or services. Performance information will be used for both responsibility determinations and as an evaluation factor against which offerors’ relative rankings will be compared to assure best value to the Government. The Government will focus on information that demonstrates quality of performance relative to the size and complexity of the procurement under consideration. The contractor’s reference questionnaire form identified in this section as attachment D.1 will be used to collect this information. References other than those identified by the offeror may be contacted by the Government with the information received used in the evaluation of the offeror’s past performance. COST/PRICE PROPOSAL The services required are to be bid on a fixed price basis. The hourly price(s) are inclusive of any and/all labor. All equipment rentals are fixed price. Please submit your cost/price proposal in a format consistent with the pricing table below: PRICE/COST SCHEDULE CLINDescriptionEstimated QTY UnitUnit PriceTotal Amount 0001Labor Categories for Audio Visual Support 0001AAudio Visual Technical Director24HR 0001BAudio Visual Technicians152HR 0002Audio Visual Equipment 0002APodium and Podium Microphones20EA 0002BStanding Microphones (preconference)1EA 0002CStanding Microphones 14EA 0002DWireless Handheld Microphones (preconference)3EA 0002EWireless Handheld Microphones 46EA 0002FTable Top Microphones19EA 0002GWorkshop Sound System7EA 0002HFull Ballroom Sound System (preconference)1EA 0002JFull Ballroom Sound System3EA 0002KLighting (preconference)1EA 0002MLighting 3EA 0002NDual Screen LCD Package4EA 0002OPipe and Drape1EA 0002PLCD Tripod Screen Package15EA 0002QLCD Tripod Screen Package (final day)2EA 0002RFlipchart1EA 0003Meeting Rooms 0004Sleeping Rooms The RFP does not commit the Government to pay any costs incurred in the submission of your proposals or to contract for the articles or services. It is also brought to your attention that the Contracting Officer is the only individual who can commit the Government to the expenditures of public funds in connection with this procurement. ADDENDUM to 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1)Location - Hotel/Motel must be centrally located in Washington, DC and be within 20 blocks walking distance from a metro station. Accommodations closer to the metro station will be considered more advantageous to the Government. 2)Accommodation - Meeting space must accommodate 700 people over 3 days. Meeting space that cannot accommodate 700 people over 3 days will not be accepted. 3)Availability - Must be available for 5 days between late August 2009 through early December 2009. Accommodations that can be made available for 5 days between September 13, 2009 – November 20, 2009 will be considered more advantageous to the Government. 4)Price 5)Past Performance - Will be evaluated to ensure that prior meetings of similar size were accommodated in according with the customer’s request. Past performance references will be requested from the apparent awardee and will be checked to verify acceptable past performance in hosting meetings of comparable size. Location, Accommodation and Availability are equally important, when combined, are more important than price. The Government reserves the right to enter into an agreement without discussions, nevertheless, the government may communicate with an offeror in order to clarify or verify information submitted in the proposal. All questions about this requirement must be submitted via email to the following email address: bailey.gladys@dol.gov. Telephone responses will not be given. In order to be distributed and addressed by the Government, questions and concerns must be received not later than January 30, 2009 @ 3:00 PM Washington, DC local time. PROPOSAL SUBMISSION DEADLINE The closing date for receipt of proposals is Friday, February 6, 2009@3:00PM Washington, DC local time. U.S. Postal, FedEx, DHL, or UPS Delivery Service are the only means to access the building and delivery room for the address below: Contracting Office Address: OASAM Office of Procurement Services U.S. Department of Labor RM S4307 200 Constitution Avenue, NW Washington, DC 20210 Point of contact(s): Gladys M. Bailey/Contract Specialist Tel: 202-693-4598/fax: 202-693-7966 Tova C. Stein/Contracting Officer Tel: 202-693-4575/ fax: 202-693-7966
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=24a85e26303d746a78d91751994c842d&tab=core&_cview=1)
 
Document(s)
Past Performance Questionnaire
 
File Name: Past Performance Questionnaire (Past Performance Reference Information Adjusted for 2009 Summit.doc)
Link: https://www.fbo.gov//utils/view?id=e55bc54972542676d0dcbcbc4af110f4
Bytes: 39.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Washington, DC, Washington, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN01737023-W 20090125/090123221539-24a85e26303d746a78d91751994c842d (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.