Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
SOLICITATION NOTICE

X -- 2011 Capital Construction Workshop

Notice Date
7/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Center for Management Support and Administrative Services (PH), General Services Administation, P.O. Box 821635, North Richland Hills, Texas, 76182-1635
 
ZIP Code
76182-1635
 
Solicitation Number
GS-00P-10-CY-C-0181
 
Point of Contact
Lisa M. Daniels, Phone: (817) 281-1501
 
E-Mail Address
lisa.daniels@gsa.gov
(lisa.daniels@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
2011 Capital Construction Workshop GS-00P-10-CY-C-0181 Location: Boston or Philadelphia 2001 - Las Vegas - Golden Nugget Hotel 2000 - Phoenix - Hyatt Regency Hotel 1999 - Denver - Marriott Southeast Hotel This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. This solicitation document incorporates provisions and clauses which are in effect through Federal Acquisition Circular (FAC) 2005-05. The NAICS is 721110 and the Small Business Size Standard is $6 million. The General Services Administration, Office of Design and Construction, intends to block single occupancy sleeping rooms, procure meeting space and meals for their national PBS 2011 Capital Construction Workshop (12 th event). DATES In order of preferred dates, the weeks of: 1) March 21 st 2) March 28 th 3) April 4 th (note: must be the March per diem rate if Boston) 4) March 7th MEETING ROOM/FOOD AND BEVERAGE REQUIREMENTS Monday 4:00 pm (setup) thru Tuesday 9:00 pm 24-hour hold: Technology Showcase to accommodate approx 50-70 vendors 10x10 booths (minimum 7000sf - preferably located adjacent to General Session Room) Tuesday thru Thursday 24-hour hold: 3 Speaker Ready Rooms for 10 ppl conference style Monday thru Thursday 24-hour hold: Staff Office no less than 700 sf for 10 ppl conference style (spacious) with perimeter space for boxes, computer setup, telephone, multiple internet connections, etc. Tuesday 8:00 am thru Thursday 2:00 pm - 24-hour hold General Session for 390 ppl, Crescent rounds of 6 Monday thru Thursday: Cyber Café Room for approximately 8 computers Tuesday: Small ballroom for PM award photographs for 60-70 ppl, Crescent rounds of 6 Monday: 2 training rooms for ambassador & facilitator training for 20 ppl U-shape Tuesday: 8 breakout rooms to hold 50ppl classroom style (in addition to GS) Wednesday: 8 breakout rooms to hold 50ppl classroom style (in addition to GS) Thursday: 8 breakout rooms to hold 50ppl classroom style (in addition to GS) FOOD/BEVERAGE Tuesday: Deli Buffet for approx 60-70 ppl in PM award photographs room from 11:30 am - 1:00 pm Deli Buffet for approx 300ppl in Technology Showcase Area from 11:30 am - 1:00 pm PM Refreshment Break in foyer for 390ppl; time to be determined Cash Bar/passed hors d'oeuvres for 390ppl in Showcase area (5:00 pm - 6:30 pm). Awards Reception/Cash Bar from 6:30 pm -8:30 pm for 390ppl, rounds of 8. Light refreshments. Wednesday: Breakfast Buffet for 390ppl rounds of 8 (7:00 am - 8:30 am) AM Refreshment Break for 390ppl in foyer; time to be determined Luncheon for 390ppl rounds of 8 (12:00 pm - 2:00 pm) PM Refreshment Break for 390ppl in foyer; time to be determined Thursday: Breakfast Buffet for 390ppl rounds of 8 (7:00 am - 8:30 am) AM Refreshment Break in foyer for 390ppl; time to be determined Luncheon for 390ppl rounds of 8 (12:00 pm - 2:00 pm) PM Refreshment Break in foyer for 390ppl; time to be determined Provide catering menu price list for reception, breakfasts, lunches, and refreshment breaks. Indicate discount off menu prices, if applicable. The following event specifications for hotels considered must meet the following criteria: HOTEL LOCATION AND ACCOMMODATIONS Sunday 10 rooms Monday 160 rooms Tuesday 390 rooms Wednesday 390 rooms Thursday 250-275 rooms Reservations will be made through a group rooming list, to be provided 4 weeks prior to workshop start (however, individuals will pay own lodging). Rooms equipped with sprinkler system in each sleeping room. Individual sleeping rooms to be equipped with telephone data ports. NO CHARGE for internet access - FREE Internet for GSA attendees. No additional charge for double occupancy (i.e., spouses). MEETING SPACE GENERAL ENVIRONMENTALLY RESPONSIBLE PRACTICES AND PROCEDURES The hotel must agree to provide and/or implement the following mandatory environmentally responsible practices and procedures at no additional charge to GSA: Water Conservation Towel and linen reuse program in guest rooms Low-flow faucets, shower heads, and toilets installed in guest rooms Automatic faucets and toilets in the public areas restrooms Energy Efficiency Use of Energy Star rated equipment throughout the hotel Programmable thermostats for public areas and meeting space Sensor-activated lighting installed indoors & outdoors Compact fluorescent bulbs (CFL) in guest rooms, lobby, meeting spaces, and public areas All rooms are equipped and controlled with digital thermostats. Auto sensor equipped faucets. Waste Reduction Provide a hotel-wide recycling program to recycle all glass containers, aluminum and steel cans, plastic bottles, table coverings, pallets, paper (newspaper, cardboard and other office paper). Purchasing office-supplies that meet a minimum of 30% post-consumer recycled content MANDATORY REQUIREMENTS PROCUREMENT HISTORY CLAUSES/PROVISIONS Full text of clauses and provisions are available at http: www.arnet.gov. The provisions at FAR 52.212-1, Instructions to Offers-Commercial; FAR 52.212-3, Offeror Representations and Certifications-Commercial, Offer Representations and Certifications - Commercial Items, (NOTE - offers MUST submit completed copy with their offer); and FAR 52.212-4, Contract Terms and Conditions, Commercial Items; FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Apr 2005) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (4)(i) 52.219-5, Very Small Business Set-Aside (June 2003) (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). __ (ii) Alternate I (Mar 1999) of 52.219-5. __ (iii) Alternate II (June 2003) of 52.219-5. __ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(d)(4). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. X (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (June 2003) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (11) 52.219-25, Small Disadvantaged Business Participation Program?Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (12) 52.219-26, Small Disadvantaged Business Participation Program?Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004). X (14) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (15) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (June 2004) (E.O. 13126). __ (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X (17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). X (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). X (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). X (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). X (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). __ (22)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (23) 52.225-1, Buy American Act?Supplies (June 2003) (41 U.S.C. 10a-10d). __ (24)(i) 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act (Jan 2005) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286). __? (ii) Alternate I (Jan 2004) of 52.225-3. __? (iii) Alternate II (Jan 2004) of 52.225-3. __ (25) 52.225-5, Trade Agreements (Jan 2005) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (26) 52.225-13, Restrictions on Certain Foreign Purchases (Mar 2005) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (27) 52.225-15, Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849). __ (28) 52.225-16, Sanctioned European Union Country Services (Feb 2000) (E.O. 12849). __ (29) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (30) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). X (31) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (32) 52.232-34, Payment by Electronic Funds Transfer?Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (33) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (34) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (35)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. App. 1241 and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.222-41, Service Contract Act of 1965, as Amended (May 1989) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act?Price Adjustment (Multiple Year and Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act?Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreements (CBA) (May 1989) (41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records?Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause? (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. App. 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) EVALUATION EVALUATION: FAR 52.212-2 -- EVALUATION -COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers and are listed in descending order of importance: Evaluation Factor 1: Meeting Space (i.e., Appropriate size/location of General Session meeting space; Meals Room, registration area; staff office. In addition to demonstrating that the Contractor's meeting space meets the Government's requirement, the Contractor shall be available for a site visit. GSA shall conduct a site visit to include in the evaluation of the meeting space. Evaluation Factor 2: Past Performance: The contractor shall submit email addresses for three past performance references with their proposal. Past performance will be evaluated on: a) Quality of Services; b) Timeliness of Performance; c) Business Relations; d) Cost Control; Evaluation of Price: The offeror's pricing will be evaluated to determine if the prices proposed are fair and reasonable. Unrealistically high or low pricing will be considered an indicative of a lack of understanding of the complexity and risk associated with work to be performed under the resulting contract. Price evaluation will be accomplished by adding the evaluated prices below by the number of days; providing a total for the overall costs of the conference. Workshop Charges A - Lodging Rate - $___________/night B - Meeting Rooms (based on 80% pickup of room block) General Session Room - $_____________/day Breakout Room - $_______________/room/day Reception Room - $______________ (Note: Appropriately sized and location of meeting space may be further evaluated.) C - Catering Menu Prices - Please submit as separate attachment. Comparable meal selections will be further evaluated. If any discount off catering prices will be offered, please indicate the discount percentage here - ______%. D - Indicate any additional special considerations provided. _____________________________________________________ _____________________________________________________ _____________________________________________________ _____________________________________________________ (As proposals become more equal in the meeting space and lodging rates provided, the special considerations become more important.) QUOTATIONS DUE July 15, 2010 by Noon CDT. Quotations must include the hotel's CCR registration number. Submit e-mail quotations to lisa.daniels@gsa.gov or fax quotations to (817) 281-9143. The contract shall require that tax exempt forms be accepted, if applicable. 2010 - New Orleans - The Roosevelt New Orleans 2009 - San Francisco - Hotel Intercontinental 2008 - Chicago - Sheraton 2006 - Kansas City - Westin 2005 - Miami - New Radisson Hotel 2004 - Seattle - Westin 2003 - Washington DC - Hyatt/Crystal City 2002 - New York - Sheraton Hotel Towers Hotel must be compliant with Hotel/Motel Fire Safety Act of 1990, 15 U.S.C. 2201 et. seq (Public Law 101-391) and must hold a FEMA Certification Number (See FEMA-http://www.usfa.fema/gov/hotel). Hotel must be compliant with American with Disabilities Act (ADA), 42 U.S.C. Section 12101 et. seq. Hotel must be registered in Central Contracting Registry (CCR) (www.ccr.gov). Ample adjustable room lighting conducive for training environment. General session room setup by 7:00 am each morning (24-hour hold) General session room shall include adequate space to accommodate a centered stage, panel/head table (seating up to 8 people), training equipment; VCR, overhead projector, 4 projection screens, LCD projectors, and lap top computer. The ballroom shall have a minimum height of 14 and we prefer it be square. General session room and breakout rooms need to be set up to accommodate a dedicated T1 line for session webcasting. Webcasting will be procured separately. Break out rooms shall include adequate space to accommodate a screen, LCD projector and lap top computer, Equipment to be provided by either the Government and/or an A/V company which may or may not be the hotel on-site A/V company (to be procured separately). Registration table with dedicated house phone, set up outside general session room to accommodate 3 people in L shape (preferably located near office and/or storage room. Technology Showcase - Ballroom preferred with typical vendor setups. Provide 3 to 4 two-way radios for our workshop staff to communicate quickly with hotel staff. Within Central Business District of Boston, MA. -OR - Philadelphia, PA Accommodate both meeting and lodging needs in the same establishment. Single occupancy rate to be within prevailing Government per diem Currently Boston per diem is $168 and Philadelphia is $153 per night. Hotel located in safe, well-lighted area. Rate must be offered three (3) days pre and post the proposed workshop dates.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/PH/GS-00P-10-CY-C-0181 /listing.html)
 
Record
SN02194065-W 20100703/100701235156-e419868553fe9eaecbf2526adf84c03e (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.