Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2009 FBO #2947
SOLICITATION NOTICE

V -- Hotel Accommodations, Conference Space & Hotel Services

Notice Date
12/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Veteran Affairs;Employee Education System (EES);Attn: Contracting Office BLDG 50;#1 Jefferson Barracks Dr;Saint Louis MO 63125
 
ZIP Code
63125
 
Solicitation Number
VA-777-10-RP-0045
 
Response Due
12/31/2009
 
Archive Date
3/1/2010
 
Point of Contact
Karla NardiContract Specialist/Event Manager
 
E-Mail Address
POC email address
(karla.nardi@va.gov)
 
Small Business Set-Aside
N/A
 
Description
DescriptionThis is a combined synopsis/solicitation to negotiate a Firm Fixed Price type contract for Hotel Accommodations and Conference Space, located in downtown and within 4-city blocks of restaurants (for lunch options) in preferred order, Dallas or Houston, TX area. Request for Proposal VA-777-10-RP-0045 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 or 3rd Party Event Planning Services. VA will not consider a proposal submitted by an offeror that is not a hotel. 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 2005-38, Effective 10 Dec 2009 and VAAR 97-10. NAICS Code 721110 and the small business size standard is $7M, respectively. This BOS announcement/solicitation is solicited unrestricted, and constitutes the only bid document that will be issued. The Period of Performance for this requirement will be March 1 5, 2010. An estimated 650 (per evening) sleeping rooms and the required meeting space MUST be housed in the same facility. The Department of Veteran Affairs, Employee Education System (EES) is sponsoring a training conference on the topic of Technical Career Field (TCF) Conference. The hotel shall accommodate 650 sleeping rooms, checking in Monday, March 1, checking out Friday March 5, 2010; and 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 the area. A response to requirements listed shall be submitted on letterhead and must address all requirements listed in a separate technical proposal. A completed Hotel Contract with non-commissionable meeting rates 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, and menus. To be eligible for award under this solicitation, the hotel facility MUST be listed with current status on the Central Contractor Registration website (www.ccr.gov) and be FEMA approved and listed on the U.S. Fire Administration Hotel and Motel National Master List found at (www.usfa.fema.gov/hotel/search.cfm). VA Contracting Officers may contract only with listed hotels or motels on the above lists to conduct meetings, conventions, conferences, or training seminars. Offers proposed facilities that are not listed will be rejected as technically unacceptable. In addition, the offerors facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12101 et. Seq.). The hotel facility must accommodate an estimated 650 attendees (including locals) with the following needs: Part A: Payments for Part A shall be the sole responsibility of each participant, to include No-show fees. Hotel Lodging - 650 sleeping rooms for participants arrival on Monday, departure on Friday. Rooms must be individual/private sleeping rooms with toilet facilities at government per diem (or below) rate for the Dallas ($122) or Houston ($118) areas. Part B: 1) ONE Large General Session room accommodating approximately 650 individuals in Round Style seating without pillars and 15-ft or greater ceiling; with ample room for extensive AV staging area (anticipate using risers with wheelchair ramp & stairs) a Head Table for 5ppl for Panel and Standing Lectern in the front of the General Session Room with plenty of room for audiovisual equipment. Additional Skirted Table in back of room for Staff/Faculty with 10-Chairs (near entrance of room). TWELVE (12) Skirted Tables around Perimeter of Room for materials & posters. AV setup Monday, starting at 8:00am, through Thursday at 8:00pm (24-hour hold). Informal meet and greet from 5:00-7:00pm Monday evening. Actual conference starting on Tuesday at 8:00am thru Thursday at 5:00pm 2) FIVE (5) Large Breakout Rooms (in addition to General Session) to accommodate 100ppl each room in Rounds Style seating; a Head Table for 4ppl for Panel and Standing Lectern in the front of each Breakout Room. AV setup Monday, starting at 8:00am, through Thursday at 8:00pm (24-hour hold). Actual Large Breakouts needed for Tuesday at 8:00am thru Thursday at 5:00pm. SEVENTEEN (17) Breakout Rooms (in addition to General Session) to accommodate the following numbers of people in EACH room: Blind Rehab=40, CBO=25, CBI=20, Contracting=45, Engineering=60, EM=20, Finance= 80, HIM=25, HR=105, Inventory Mgmt=20, Prosthetics=25, VHA OHI=20, Voluntary=20, Boiler & Utility= 60, SPD=20, EEO Masters Program=15, VA OI&T=60 EACH Room to be set in Crescent Rounds, Breakouts needed for Tuesday at 8:00am thru Thursday at 5:00pm. 3) ONE Large Office Area for 15ppl to assemble registration materials, material storage, starting at 8:00am on Monday through Thursday at 6:00pm (24-hour hold). 4) Registration Area starting 12:00Noon on Monday, thru Thursday at 6:00pm (24-hour hold). Actual registration on Monday evening 5:30-7:30pm and Tuesday morning 7:00-8:00am Part C: Anticipate Light refreshments for morning and afternoon breaks. Please provide 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 city blocks) in a safe area. 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). The 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 in terms of cost for accommodations and services, Cancellation fees, Attrition costs, and 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. However, VA will not consider or accept a proposal submitted by an offeror that is not a hotel. (This is not a solicitation for Event Planning Services or 3rd Party 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.govoa&mm/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; 2. Location (downtown location, distance from airport); 3. Experience with government conferences and; 4. Price (Cost of accommodations, services, Cancellation Fee, Attrition and Refreshments). Size and quality of services and accommodations, location and experience with large conferences, when combined are more important than price); 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; 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 FAR 52.212-1, Schedule of Prices Offered, and a completed copy of provision FAR 52-212-3. Submit all prices, descriptive literature, technical proposal, and a completed Hotel Contract to: Karla Nardi, CGMP Event Manager/Contracting Officer Department of Veterans Affairs Employee Education Center 10000 Brecksville Road Brecksville, OH 44141. Phone (440) 526-3030, Ext. 6641 Fax (440) 746-2139, or email karla.nardi@va.gov. Faxed proposals will be accepted. Closing date for receipt of proposals is Tuesday, December 31, 2009 at 3:00 PM CT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAC/VAAAC/VA-777-10-RP-0045/listing.html)
 
Record
SN02026351-W 20091219/091217234811-6d35761e18ef9a55510782adbcf98c0c (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.