SOLICITATION NOTICE
V -- HOTEL ACCOMMODATIONS AND CONFERENCE SERVICES
- Notice Date
- 5/12/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- St. Louis Employee Education System;Bldg 2, VA Med Ctr;1 Jefferson Barracks Drive;St. Louis, MO 63125
- ZIP Code
- 63125
- Solicitation Number
- VA77710RP0164
- Response Due
- 5/18/2010
- Archive Date
- 7/17/2010
- Point of Contact
- Linda Starks
- E-Mail Address
-
500<br
- 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: 1st Choice: Cincinnati, OH Request for Proposal VA-777-10-RP-0164 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. 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 2005-40 and VAAR 97-10. NAICS Code 721110 and the small business size standard is $7.0 million. This Federal Business Opportunity announcement/solicitation is solicited unrestricted and constitutes the only bid document that will be issued. The Period of Performance for this requirement is: July 13 “ 14, 2010 (Prefer approximately 130 sleeping rooms and the required meeting space to be housed in the same facility). The Department of Veterans Affairs (VA), Employee Education System (EES) is sponsoring a training conference on the topic of Fiscal, Engineering, and Acquisition conference. The hotel shall accommodate 130 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. 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.). The hotel facility shall accommodate an estimated 350 attendees with the following needs: 001: Hotel Lodging- (1a) Sleeping rooms: Sixty five (65) participants will check-in on Monday, July 12 and will checkout on Wednesday, July 14, 2010; Sixty-five (65) will check-in on Tuesday, July 13 and will checkout on Thursday, July 15, 2010. Prefer hotel that is in walking distance to other hotels that can be used as overflow for guest rooms if required. 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-shows fee. 0002: Meeting Space: General Session Room set in crescent rounds of 6 to 7 per table is needed from Monday, July 12 (setup day) thru Wednesday, July 14, 2010 at 5:00pm (must remain on 24 hour hold). The room shall be large enough to accommodate 85 people with additional square footage for staging, a head table for 5 people and standing lectern on a Riser, two staff tables for 15 people in back or room and plenty of space for audiovisual equipment. Ceiling in general session room should be at least 15 to 21 feet in height. (There will be two separate plenary sessions one on July 13 from 8am to 5pm and one on July 14th from 8am to 5pm, each session is for approximately 85 people) 0002AA: Registration area in close proximity to general session room. Registration area is required from Monday, July 12 thru Wednesday, July 14, 2010 and shall remain on 24 hour hold. Wireless internet access is desired in registration and meeting room areas. 0002AB: Four (4) Breakout Rooms (in addition to general session room) are needed to accommodate 20+ people set in rounds Tuesday, July 13 thru Wednesday, July 14, 2010. Rooms should be large enough to accommodate standard AV equipment, head table of 4 and a standing lectern. All breakout rooms shall remain on 24 hour hold. 0002AD: One breakout room required for DVA Office from Monday, August 23 thru Wednesday, August 25, 2010. Prefer room to be close to general session room. 0003: Anticipate light refreshments for morning and afternoon breaks for 85+ attendees Tuesday, July 13 thru Wednesday, July 14, 2010, please provide break menus. The Department of Veterans Affairs Procurement Policy will not guarantee a minimum amount of food and beverage revenue. 0004: Other requirements; variety of restaurants and shops within walking distance (not to exceed 4 normal blocks) in a safe area for participants to walk during evening hours. 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. Note: Federal Government reserves the right to hire an outside AV 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. 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. (will evaluate size of meeting rooms to meet or exceed DVA requirements, quality of meeting rooms and guest rooms based on hotel descriptive information, visual observations and past performance. Item 2. Location (proximity to additional restaurants, metro transit and airport, hotel shuttle service.). Item 3. Past Experience with large VA and/or Non-VA conferences, Item 4. Will determine price reasonableness for the following applicable pricing: guest room rate, meeting space rental, cancellation fee, attrition fee, parking fees, power cost, internet cost, rigging/production labor cost, food & beverage prices and discounts, resort fees Size, quality of services and 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; 52.233-2 Service of Protest (Sep 2006); VAAR 852-233-70 Protest Content/Alternative Dispute Resolution (JAN 2008); VAAR 852-233-71 Alternate Protest Procedure (JAN 1998) 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 Linda Starks, Event Manager/Contracting Officer, Department of Veterans Affairs, Employee Education System, 950 22nd Street North, Suite 500, Birmingham, AL 35203. Phone 205-731-1812 x-321, Fax 205-731-0320, or email linda.starks1@va.gov. Faxed proposals will be accepted. Closing date for receipt of proposals is Tuesday, May 18, 2010 at 4:00PM CT
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAC/VAAAC/VA77710RP0164/listing.html)
- Record
- SN02147237-W 20100514/100512234736-7ceda69323e28ca2bff5cb546d5cce6f (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 |