Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 24, 2013 FBO #4079
MODIFICATION

X -- Hotel and Conference Center Facilities

Notice Date
1/22/2013
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Preparedness Branch, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
 
ZIP Code
21727
 
Solicitation Number
HSFE20-13-Q-0016
 
Archive Date
2/12/2013
 
Point of Contact
Glen Seipp, , Gregory S. Blair,
 
E-Mail Address
glen.seipp@fema.gov, greg.blair@dhs.gov
(glen.seipp@fema.gov, greg.blair@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items/services 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. Quotes are being requested and a written solicitation document will not be issued. It is incumbent upon contractors to monitor the FedBizOpps web page for any/all subsequent amendments. FedBizOpps also contains an option for automatic notification service. This combined synopsis/solicitation document and the incorporated provisions and clauses it contains are those in effect through Federal Acquisition Circular (FAC) 2005-38. The NAICS code for this requirement is 721110. The size standard is $30.0 million. This is an unrestricted acquisition. The Assistance to Firefighters Program Office operates under the authority of the Federal Emergency Management Agency (FEMA) Grant Programs Directorate within the Department of Homeland Security (DHS). The Assistance to Firefighters Program Office has a requirement for Hotel Accommodations, Conference Space, and Hotel Services for conducting Fire Prevention and Safety panel reviews of grants submitted in response to the Assistance to Firefighters Grant (AFG) panel review process. FEMA will consider proposals submitted by all offerors who can provide these services, however, if the offeror is not a hotel/motel or conference center as a primary line of business in the hospitality industry (Event Planning Services or 3rd Party Event Planning firms, for example), these offerors must provide a signed written letter of intent between the offeror and the hosting facility indicating such a contracting arrangement and confirm the necessary space is available as offered. Additionally, if the successful offeror selected as the primary contractor is not the actual hosting facility, the primary contractor in this case shall be required to have an employee onsite during the entire time period of the event to provide for, and maintain the privity of contract relationship with the Government to manage the onsite activities on behalf of the contractor and the Government in dealing with the hosting facility and management. The period of performance for the conference is February 10-14, 2013. No other dates will be considered. The location for the hotel/conference center location must be within 30 miles of the Atlanta Airport. No other facilities will be considered. NOTE: This RFQ does NOT include any food or meals, therefore food should not be included in any quote. Any quote that does contain a proposal for food will be evaluated exclusive of any consideration given for food and will be rated solely upon the remaining relevant portions of the offerors quotation. This is a combined synopsis/solicitation and no other separate written solicitation will be used (HSFE20-13-Q-0016) and is supplemented with additional information included herein. Offeror shall provide the following: A. Conference facility located within a 30 mile radius of Atlanta Airport. B. Lodging for the panelists and staff. C. Conference/ballroom space for the conduct of the panels. D. Securable breakout rooms or other workable space within the immediate proximity of the conference space for support of the process. E. Internet connectivity (See Task B-5 for further details). F. Access to a fax machine, high speed copier, and phone as necessary. A. Tasks associated the lodging of the panelists and staff for AFG: Task A-1. For the week of panels, (February 10-14, 2013) contractor shall provide lodging for up to 10 support staff on February 9th, 145 attendees and support staff February 10-14, 2013 and up to 10 support Staff on February 14th. Generally, (majority of rooms needed) lodging will commence on a Sunday, February 10th to a noon checkout on Thursday, February 14th (*Note: up to 10 support staff may need to arrive on Saturday, February 9th, 2013 and up to 10 support staff who may need to depart Thursday, February 14th, 2013). Lodging is to be available in the same building as the conference facilities. The contract shall pay for the room and associated taxes. All attendees will be responsible for paying any incidental room charges such as phone, pay per view video, room service, etc. Reservations shall be made with the hotel either by the participants or the AFG support contractor within 7 days of the event. (Completion date: Ongoing throughout contract performance period) Task A-2. Contractor shall provide adequate shuttle service to transport attendees between the local servicing airport and the hotel. It may be necessary to enhance any existing shuttle service during the surge of the arrivals on Sunday afternoon and for departures on Friday. (Completion date: Ongoing throughout contract performance period) B. Tasks associated with conference space for Fire Prevention and Safety Panels: Task B-1. Contractor shall provide one large conference room with approximately 5000 - 7000 square feet of space. The room will accommodate 20 large (6-8 foot rounds) tables spaced throughout. The intent is to have 20 groups of six people at each table. Eight 5-foot rectangular tables will be placed in the room to accommodate four panel chairs and eight quality control reviewers. Room shall also have a podium with microphone, screen, and computer projection. (Completion date: Ongoing throughout contract performance period) Task B-2. Contractor shall provide, adjacent or within close proximity of the large conference space, one large breakout room approximately1,200 square feet. The room will accommodate 4 large (6-8 foot rounds) tables spaced throughout. The intent is to have 4 groups of six people at each table. One 5-foot rectangular table will be placed in the room to accommodate three panel chairs. Task B-3. Four additional breakout rooms (approx. 400 to 500 square feet) for file storage, (approx. 650 square feet) for data entry, (approx. 400 square feet) for support team office, and (approx. 400 square feet) for command center. Alternatively, contractor could provide one large breakout room of no less than 1,200 square feet for data entry and file storage and one smaller breakout room of approx. 400 to 500 square feet (for command center). Each breakout room will be set up with 5-foot tables and workstations. The support team office breakout room should be equipped with computers (see Task B-6) and internet connectivity so the panelists can check email. All rooms should be within as close a proximity to each other as possible. (Completion date: Ongoing throughout contract performance period) Task B-4. All space provided by contractor will be securable 24-hours-a-day.; with access keys provided to government and or contract staff. Offer shall state this clearly. (Completion date: Ongoing throughout contract performance period) Task B-4.1. Conference space is required to remain reserved (i.e. secured) for government use starting on Sunday, February 10, 2013 for setup and through the evening of Thursday, February 14th for breakdown. (Completion date: Ongoing throughout contract performance period) Task B-5. All computer terminals shall have Ethernet (hard wire) with high-speed bandwidth internet connectivity in order to accommodate the web based e-grant platform used by the program. Alternatively, a dedicated (not open to other hotel users) T1 or equivalent WIFI high-speed connection could be used and must be capable of handling uploads/downloads of 14 plus users. (Completion date: Ongoing throughout contract performance period) Task B-6. The contractor must provide 11 PC computers and 7 printers to be placed in the work space provided as follows (if providing laptops all computers shall be outfitted with a separate full size key board and mouse): 6 computers in the data entry room networked to 4 printers and 5 computers in the command room networked to 1 high speed printer. A projector and screen will be needed in the large meeting room. The command room will have 1 high-speed copier and 1 fax machine (any associated fees for the fax need to be charged to the contract. The government cannot put down a credit card for line activation). IT support shall be provided to respond in a timely fashion to any system, equipment, and internet connection failures. Computers shall be securable so as to limit access to the participants. (Completion date: Ongoing throughout the contract performance period) Technical and/or administrative questions must be submitted in writing to glen.seipp@dhs.gov no later than 2:00 p.m. Eastern Standard Time, Tuesday, January 22, 2013. Responses to all inquiries will be published by amendment to the solicitation on the FedBizOpps site on or about Wednesday, January 23, 2013. This combined synopsis/solicitation closes and quotations are due no later than 2:00 pm Eastern Standard Time, Monday, January 28, 2013. Inquiries and information received after the established deadline shall not be considered for this particular acquisition. Oral communications are not acceptable in response to this notice. Only written inquiries will be accepted. E-mail inquires must be in MS Word, Excel, or PDF format. SPECIAL CONTRACT REQUIREMENTS: Lodging shall be proposed at the Government rate in accordance with Federal per diem rates and all requirements must be in compliance with the Federal Travel Regulations. Additional information pertaining to the Federal per diem rates is contained in the statement of work for this requirement. Per Diem rates are available at: http://www.gsa.gov/portal/category/21287 Information regarding the Federal Travel Regulation is available at: http://www.gsa.gov/portal/content/102886 The hotel/motel shall honor standard cancellation policy regarding any cancellations and any billing policy for no-shows, meaning that no-shows will be billed for the date that would have been the date of check-in only. Any attendee requesting an earlier arrival or later departure than the specified period of performance shall be personally responsible for payment of those additional days. The quoted price shall represent the total price (fixed rates proposed for all services) for the entire period for which the conference will be held. The per night lodging price shall not exceed the Federal per diem rates. Additionally, offerors must clearly indicate the price of the audio-visual requirements if not included as part of the conference facilities/space. If the conference facilities/space and the price of the audio-visual are not provided as an integral part of the price of guest rooms to be blocked in accordance with the hotel's standard contract, the price of the conference facilities and audio-visual requirements must be clearly listed as separately priced items. Offerors shall also submit a copy of their standard contract listing all terms and conditions upon which the quote is based. EVALUATION FACTORS FOR AWARD: The Government intends to award a Firm Fixed Price purchase order resulting from this solicitation to the responsible offeror whose offer is the Best Value, price and other factors considered. 52.212-2 -- Evaluation -- Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: 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: The technical and past performance factors, factors a. and b. below, combined are approximately equal to price and are listed in descending order of importance. However, price may become a critical factor in the event that two or more offerors are determined to be essentially equal following evaluation of technical and past performance factors. Evaluation of price will be based on the offeror's total price for all line items. The factors identified below are in descending order of importance and will be the evaluation factors used to evaluate all offers received. a. Technical (1) Offerors shall provide in sufficient detail a technical quote that demonstrates the offeror's experience in providing services similar in nature and scope to this requirement. In addition, the quote must meet or exceed each of the requirements identified in tasks A-1 through B-6. The offeror must demonstrate ability to provide the requested number of guest rooms/nights and associated conference facilities as described for the dates indicated, and must be within 30 miles from Atlanta Airport. (2) Offerors must be actively registered with the CCR system prior to award per Federal Acquisition Regulation (FAR) 4.1102. Failure to be actively registered will result in disqualification from award consideration. Website is http://www.bpn.gov. Further information may be obtained at website http://orca.bpn.gov or http://www.ccr.gov. (3) Offerors must be FEMA approved and listed on the U.S. Fire Administration Hotel and Motel National Master List found as http://www.usfa.dhs.gov/applications/hotel. FEMA contracting officers may contract only with listed hotels or motels on the above lists to conduct meetings, conventions, conferences, or training seminars. Offerors whose proposed facilities are not listed will be rejected as technically unacceptable. (4) 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.). Proof of compliance shall be provided with proposal. (5) A completed 52.212-3 (Mar 2005), Offeror Representations and Certifications/Commercial Items or certification that annual representations and certifications have been completed via the Online Representation and Certification Application (ORCA) via the ORCA website at www.bpn.gov. b. Past Performance - Offerors shall list at least three recent contracts of similar size and complexity held within the last three years. Past Performance information shall contain the names and phone numbers of the contracting officer or other individual who can verify past performance information. In the case of an offeror without a record of relevant past performance the past performance will be rated as neutral. c. Price - Offerors shall provide a firm fixed price in response to this combined synopsis/solicitation. Nightly room rates shall not exceed the authorized per diem rate identified for the applicable facility location. The offeror's initial quote shall contain the offeror's best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to award to other than the lowest priced offeror if the Government determines that a price premium is warranted due to technical merit. The Government reserves the right to award to other than the highest technically rated offeror. The Government reserves the right to make no award as a result of this solicitation. PROVISIONS AND CLAUSES: All referenced FAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/vffar1.htm and HSAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/VFHSARA.HTM. All quotes must include a completed 52.212-3 (Mar 2005), Offeror Representations and Certifications/Commercial Items or certify that annual representations and certifications have been completed via the Online Representation and Certification Application (ORCA) via the ORCA website at www.bpn.gov. Of the available clauses, the following apply and are incorporated by reference: 52.212-1 (Jan 2006), Instructions to Offeror -- Commercial Items. The clause 52.212-2 (Jan 1999), Evaluation-Commercial Items, applies to this acquisition. The specific evaluation criteria are described above. The clause 52.212-4 (Sep 2005), Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference. The clause 52.212-5 (Jan 2006), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items: 52.233-3, Protest After Award (AUG 1996); 52.222-50 -- Combating Trafficking in Persons; 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 5.225-1, Buy America Act-Supplies (June 2003); 52.225-2, Buy America Act Certificate (June 2003); 52.225-3, Buy America Act-Free Trade Agreement-Israeli Trade Act (June 2006); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003). All offers must contain descriptive literature to include sleeping rooms, meeting room space, diagrams and square footage, and information regarding amenities of hotel. Quotes along with descriptive literature shall be submitted to the Department of Homeland Security/FEMA, National Emergency Training Center, Attn: Glen Seipp, Bldg. D/Room 102, 16825 South Seton Avenue, Emmitsburg, MD 21727, via fax on (301) 447-1242, or via e-mail to glen.seipp@dhs.gov (email quotes are preferred). Quotes shall be submitted no later than 2:00 P.M. Eastern Standard Time, Monday, January 28, 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/HSFE20-13-Q-0016/listing.html)
 
Place of Performance
Address: Within 30 miles of the Atlanta, GA Airport, Atlanta, Georgia, United States
 
Record
SN02969753-W 20130124/130122234118-4078d0139f8103829c43125338d44f19 (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.