Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2010 FBO #3013
AWARD

V -- Hotel Accomodations, Conference Space and Hotel Services

Notice Date
2/21/2010
 
Notice Type
Award Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Cleveland Business Center;1000 Brecksville Road, Bldg. 3;Brecksville, OH 44141
 
ZIP Code
44141
 
Solicitation Number
VA-777-10-RP-0087
 
Response Due
2/17/2010
 
Archive Date
4/20/2010
 
Point of Contact
Beau ChandlerEvent Manager/Contracting Officer
 
E-Mail Address
POC email address
(Beau.Chandler@va.gov)
 
Small Business Set-Aside
N/A
 
Award Number
VA777-P-0359
 
Award Date
2/19/2010
 
Awardee
SHERATON NATIONAL HOTEL;900 S ORME ST;ARLINGTON;VA;222044520
 
Award Amount
0.00
 
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 in Washington, DC area. Request for Proposal #VA-777-10-RP-0087 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. (Again, 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 2005-05 and VAAR 97-10. NAICS Code 721110 and the small business size standard is $7 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 March 10-12, 2010 (approximately 110 sleeping rooms (peak) and the required meeting space must be housed in the same facility). Dates are not flexible. The Department of Veterans Affairs (DVA), Employee Education System (EES) is sponsoring a training conference on the topic of Medical Home Collaborative Planning Conference. The hotel shall accommodate approximately 110 sleeping rooms, 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 of $226 (or prevailing Government Per Diem) for Washington, DC area. A response to requirements listed below shall be submitted on 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 and 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. Offers proposing facilities that are not listed will be rejected as non-responsive. 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.). In accordance with FAR 52.204-7 Central Contract Registration (Oct 2003) contractors are required to register in the Central Contract Registration (CCR) database http://www.ccr.gov prior to award of any contract. Offerors must additionally submit their DUNS #, FEMA ID # and Tax ID # with proposal and/or contract. The hotel facility shall accommodate an estimated 130 attendees with the following needs: Part A: Hotel Lodging approximately 110 participants will check in on Tuesday, March 9, 2010 and will check out on Friday, March 12th. Rooms must be individual/private sleeping rooms with toilet facilities. Payments for Part A shall be the sole responsibility of each participant, to include no-show fee. Tuesday, March 9th 110 sleep rooms Wednesday, March 10th 110 sleep rooms Thursday, March 11th 110 sleep rooms Friday, May 21st check out Part B: (1a) One (1) Meeting Room Pre-conference Meeting needed on Tuesday, March 9th at 5:30pm - 7:00pm (a minimum of 2000 sq. ft. with NO PILLARS) for 130ppl set in Half Rounds of 8. Need enough room for AV equipment. (1b) One (1) Meeting Room General Session - needed Tuesday, March 9th at 12:00pm (AV set up) until Friday, May 21st at 5:00pm (a minimum of 2000 square feet or larger with NO PILLARS, minimum of 12 ceiling) for 130ppl. set in Half Rounds of 8. Three tables in the rear with 4 chairs at each table for faculty and staff, Riser/Stage with Panel Table, Podium, Rear Screen AV. (Room must be on 24-hour hold). 1c) Two (2) Meeting Rooms Breakouts - needed Wednesday, March 10th Friday, March 12th from 7am-5pm (a minimum of 900 square feet, No Pillars) for 48ppl. set in Half Rounds of 8. AV equipment. May use general session as one of the breakout rooms. 1d) Registration Tables Four (4) Six-Foot Tables with four (4) comfortable office chairs and four (4) Six-Foot Tables behind, against walls, needed on Monday, March 8th at 12pm (set up) until Friday, March 12th at 1pm (24-hour hold). Early Registration for pre-conference meeting: Monday, March 8th from 4pm-6pm. Early Registration for main conference: Monday, May 17th 3pm-7pm. Please leave up entire time of conference. Area to be in foyer or pre-function area, conveniently adjacent to the general session room. Part C: 1. Anticipate light refreshments for morning and afternoon breaks, for approximately 130ppl on Wednesday - Friday - please provide menus. Meals on are their own. Part D: Other requirements; It is important that the hotel have a variety of restaurants within walking distance (not to exceed 4 normal blocks) in a safe area. Proposal must indicate whether the hotel agrees to the right of DVA to use their own audio visual equipment and if there is a cost incurred for connection to hotel PA system with use of own equipment. Government reserves the right to hire an outside audio visual company without any penalties incurred as part of the Fair Practice Procurement Regulations. All proposals submitted in response shall remain valid for thirty days to accommodate possible legal reviews. 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 for evaluation purposes. This is not a solicitation for Event Planning Services. 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 52.232-18 Availability of Funds; FAR 232-10 Availability of Funds for the Next Fiscal Year; 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 price, descriptive literature, technical proposals, and Hotel Contract to: Beau Chandler, Event Manager/Contracting Officer Department of Veterans Affairs Employee Education System Long Beach Resource Center VA Medical Center (OOE) 5901 E Seventh St Long Beach, CA 90822 Phone 562.826.5505 x4999, Fax 562.826.5986 or email Beau.Chandler@va.gov Faxed proposals will be accepted. Web-based proposals will not be accepted. Closing date for receipt of proposals is: Wednesday, February 17, 2010 @ 3pm CT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAC/VAAAC/VA-777-10-RP-0087/listing.html)
 
Record
SN02070596-W 20100223/100221233021-47e04fa165ec6e19ede1ae185a49d19e (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.