Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2016 FBO #5243
MODIFICATION

X -- The U.S. Department of Labor, OASAM, BOC, Office of Procurement Services, intends to solicit and award a Firm Fixed Price contract for purpose of securing a venue for the a Prevailing Wage Seminar in Charlotte, NC, in support of the Wage and Hour Division

Notice Date
3/30/2016
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
16-WAHD-OAA-NAT-0033
 
Archive Date
4/21/2016
 
Point of Contact
Roxanne Yorgason, , Myla Gale,
 
E-Mail Address
yorgason.roxanne.a@dol.gov, gale.myla@dol.gov
(yorgason.roxanne.a@dol.gov, gale.myla@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION i. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. ii. This solicitation document is issued as a request for quote (RFQ). When submitting quotes, please use the reference number 16-WAHD-OAA-NAT-0033. iii. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87; March 7, 2016. iv. There is a 100% Small Business set-aside for this procurement. The associated NAICS code is 721110 (Hotels (except Casino Hotels) and Motels). The small business size standard is $32.5 million dollars. v. This combined solicitation/synopsis is for the acquisition of Conference Facilities, AV Equipment and Services, and Freight/Moving Services in Charlotte, NC, according to the Statement of Work below. NO SLEEPING ROOMS OR CATERING SERVICES ARE REQUIRED. Schedule: Facilities are needed for only one of the date ranges below. The contractor may submit pricing for one or more of the date ranges below, depending on venue availability: April 17-20, 2016 (Sunday - Wednesday) April 18-21, 2016 (Monday - Thursday) May 16-19, 2016 (Monday - Thursday) May 23-29, 2016 (Monday - Thursday) July 18-21, 2016 (Monday - Thursday) STATEMENT OF WORK WAGE AND HOUR DIVISION PREVAILING WAGE SEMINAR Charlotte, North Carolina PART 1 GENERAL INFORMATION 1. GENERAL INFORMATION The Wage and Hour Division (WHD) Prevailing Wage Seminars (Prevailing Wage Seminars) are three-day compliance trainings designed for regional stakeholders (unions, private contractors, state agencies, federal agencies and workers). The compliance training provided has proven to be an essential force multiplier for WHD's enforcement efforts and stakeholder education. Prevailing Wage Seminars are emblematic of WHD's enhanced commitment to prevailing wage enforcement. Seminars have significantly enhanced communication and collaboration with some of our most important stakeholders, such as the building trades labor organizations and contractors that have millions of dollars in government contracts. Our increased enforcement has also significantly elevated interest and attendance by state and federal contracting agencies. Previous seminars have averaged more than 300 attendees from the city where the seminar is held and from surrounding states and further. Prevailing Wage Seminars have proven a valuable tool in promoting and enhancing WHD's government contracts strategic prevailing wage enforcement efforts. In addition, Prevailing Wage Seminars are a mission critical component of WHD's overall enforcement strategy. WHD believes that providing contractors and contracting agency staff with compliance assistance training prior to contract award significantly reduces unintentional errors and permits WHD to target its limited enforcement resources on the egregious violators. 1.1 OBJECTIVES The WHD Office of Government Contracts requires a conference facility for our 3-day Prevailing Wage Seminar. WHD will require meeting space to accommodate up to three hundred (300) participants in one large general session room on the first part of the first day of the seminar, and then medium-size rooms for breakout sessions the remainder of the seminar. 1.2 SCOPE The scope of this purchase will encompass the reservation of meeting rooms, audio-visual equipment, and associated miscellaneous services. 1.2.1 Meeting Room Requirements • General Session Room (first official day of seminar; morning to approximately noon) Numbers required: 1 Dates required: Day 1 (for set up) through Day 2 (approximately 1pm) o Large meeting space, approximately 3,000 square feet o Must be spacious and able to accommodate up to 300 attendees seated theater style o Room must be ready for A/V set up o Space requires at least one large projection screen; two if size of room requires for clarity o Wireless internet provided • Break-out Session Rooms Number required: 6 Dates required: Day 1 (set up), Days 2-4; 24-hour hold o Medium meeting space, approximately 800 - 1,500 square feet o Should be able to accommodate up to 50 people per room seated classroom style with rectangular instructor table at front of room able to seat two people at least, and podium o Rooms must be ready for A/V set up • Office Suite/Storage Room Number required: 1 Dates required: 3 days before the conference through the end of conference, 24-hour hold (note that this is the only room required days before the actual setup day because boxed seminar material will be mailed and delivered before the setup day). o Small meeting space, approximately 400 - 800 square feet o Three to five tables placed in room and have space for storage of seminar boxes • Registration Space Dates required: Days 1-4, 24-hour hold o Small/Medium open space, approximately 500-1,000 square feet o Five to seven tables required depending on size of tables and layout of area o At least two power outlets are required for this area 1.2.2 Audio-Visual Requirements and Miscellaneous Services GENERAL SESSION • Projection Screen (at least one; two if size of room and clarity requires), AV cart(s), & PC audio patch [customer will bring own LCD projector and laptops] o Quantity: 1 o Dates Required: Days 1-2 • Stage, podium, 6' rectangular table with 4 chairs, & American flag o Quantity: 1 o Dates Required: Days 1-2 • Handheld Mic for General Session o Quantity: 2 o Dates Required: Days 1-2 • Lavaliere Mic for General Session o Quantity: 1 o Dates Required: Days 1-2 • PC audio patch into house audio system for General Session o Dates Required: Days 1-2 • Handling Service for Receiving Boxes (majority approximately 25lbs) o Quantity: unlimited number of boxes received o Dates Required: 3 days before the conference through the end of conference (majority of boxes will be received between 3 days before the conference through the setup date (day 1) • Handling Service for Shipping Boxes (majority of boxes approximately 25lbs) o Quantity: approximately 50 o Dates Required: Days 1-4 BREAKOUT SESSIONS • Projection Screen, AV cart, podium, easel, easel paper, and audio patch [customer will bring own LCD projector and laptops] o Quantity: 6 o Dates Required: Days 1-4 • PC audio patch into house audio system for Break-out Sessions o Dates Required: Days 1-4 • Handheld Mic for Break Out Rooms o Quantity: 6 o Dates Required: Days 1-4 1.3 [RESERVED] 1.4 PLACE OF PERFORMANCE The work to be performed under this contract will be performed at the contractor's location in the following area: Within a 7.5 mile radius of Charlotte, NC city center. 1.5 TYPE OF CONTRACT The government anticipates award of a Fixed Price Purchase Order. 1.5.1 SUBMISSION OF PROPOSAL Award will be made to the offeror that represents the best value to the Government. To be considered, the offeror must: • Meet the requirements of the Statement of Work and have a current collective bargained agreement with the venue's workforce. • Indicate in proposal if subcontractors are used for AV or freight handling services 1.6. SECURITY The Contractor will be responsible for ensuring compliance by its employees with the security regulations of Contractor facilities where work is performed under this Contract. 1.6.1 PRIVACY Contractor shall take all necessary steps to protect the privacy of DOL employees and Conference attendees. Portions of information disclosed during the performance of this task are protected by the provisions of the Privacy Act of 1974; therefore, contractor should take necessary precautions to prevent disclosure of sensitive individual private information. 1.6.2 COMMITMENT TO PROTECT SENSITIVE INFORMATION The Contractor shall not release, publish, or disclose sensitive information to unauthorized personnel, and shall protect such information in accordance with provisions of the following laws and any other pertinent laws and regulations governing the confidentiality of sensitive information: 18 U.S.C. 641 (Criminal Code: Public Money, Property or Records) 1.6.3 CONTRACTING OFFICER REPRESENTATIVE The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. PART 2 DEFINITIONS & ACRONYMS CO - Contracting Officer COR - Contracting Officer's Representative: A representative from the requiring activity assigned by the Contracting Officer to perform surveillance and to act as liaison to the contractor DEFECTIVE SERVICE - A service output that does not meet the standard of performance associated with it in the Statement of Work. DOL - Department of Labor OASAM - Office of the Assistant Secretary for Administration and Management OMB - Office of Management and Budget PIV - Personal Identity Verification POP - Period of Performance SOW - Statement of Work PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES The Government shall provide LCD projectors, laptops, surge protectors and other assorted supplies and instructional materials. 3.1 LOGISTICS POINT OF CONTACT Upon award of this purchase order, WHD will provide a knowledgeable Point of Contact from the Government Contracts Branch who will work with the designated Event Manager from the conference facility to take care of all the logistical details of the event. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES • Meeting space • Meeting space furniture including but not limited to tables, chairs, linens (if requested), etc. o Podium o Stage o American flag • All AV equipment and services such as o LCD service package (Carts & screens) o Lavaliere & hand held mic o PC audio patch PART 5 SPECIFIC TASKS 5. TASKS 5.1.1 Ensure that guests with disabilities are properly accommodated under the requirements of the American with Disabilities Act. 5.1.2 Ensure facilities are clean. 5.1.3 Ensure all meeting space and corresponding furniture, AV equipment, and services are provided as outlined in the SOW. 5.1.4 Provide a designated Event Manager to serve as the main Point of Contact for the conference facility. This Event Manager must maintain open and clear lines of communication with the WHD Government Contracts Branch Point of Contact. vii. Schedule: The contractor may submit for one or more of the following date ranges: April 17-20, 2016 April 18-21, 2016 May 16-19, 2016 May 23-29, 2016 July 18-21, 2016 viii. The provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. (See at http://farsite.hill.af.mil/vffara.htm) ix. FAR 52.212-2 Evaluation-Commercial Items (OCT 2014): 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, Lowest Price Technically Acceptable. Technical acceptability is based on the Contractor being able to accommodate the above number of participants for the desired dates. x. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2016): The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. xi. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (MAY 2015) applies to this acquisition. (See at http://farsite.hill.af.mil/vffara.htm) xii. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAR 2016) applies to this acquisition. xiii. Additional contract requirement(s) or terms and conditions that apply to this contract: a. FAR 52.217-8, Option to Extend Services (Nov 1999) b. DOLAR 2952.201-70, Contracting Officer's Technical Representative (COTR) (MAY 2004), applies to this acquisition (http://farsite.hill.af.mil/reghtml/regs/other/dolar/2952.htm) c. To be eligible for award under this solicitation, the offeror must propose a facility that: i. Is compliant with the requirements of the Americans with Disabilities Act, ii. Is registered on the System for Award Management (www.sam.gov). iii. Meets all of the requirements of this solicitation. d. The proposed venue must accept Government purchase orders. This solicitation is for a venue to host the event; event-planning services are neither requested nor required. e. The contractor must meet the requirements of the Statement of Work and have a current collective bargained agreement with the venue's workforce. f. Indicate in proposal if subcontractors will be utilized for AV or freight handling services g. The Government intends to award a firm-fixed-price purchase order resulting from this combined synopsis/solicitation. h. ELECTRONIC SUBMISSION OF PAYMENT REQUESTS CLAUSE (FEBRUARY 2014) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Invoice payment has the meaning given in FAR 32.001. (3) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic Payment Requests. Except as provided in paragraph (f) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this clause, and therefore no additional electronic invoice submission is required. (c) Data Transmission. A contractor must ensure that the data transmission method and format comply with the following provisions: An original invoice shall be prepared and submitted to the Department of Labor (DOL) by email to: DOL-NO-WH@quickpay.dol.gov (1) The contractor shall: a. Address the invoice to the appropriate e-mail address specified in the contract. b. Submit the invoice via attachment in PDF or TIFF format. c. Submit only one invoice per electronic submittal. d. Enter specific information in the subject line of the e-mail in the following format: <Contractor Name>, DOL Agency, <Contract Number, BPA Call or Order Number>, Invoice Number, <Invoice Amount> Example: ABC Co, OASAM, DOL00-00-X0000/X0000, Invoice Number AB-1298433, $15,000.00. e. Submit a copy of the email with the attached invoice to the contracting officer's representative (COR) at the COR email address specified in the contract. f. Before sending another e-mail with the same invoice attachment, confirm whether DOL has already responded and/or whether you have received a success or failure response to your submission. (2) The contractor MUST NOT: a. Submit an invoice that exceeds the size limit of 16 megabytes (approximately 400-500 pages). However, if the invoice exceed this limit, a summary invoice attachment of less than 16 megabytes should be e-mailed to the payment e-mail address above; while the detailed invoice, including any supplemental information, shall be sent to the COR or other representative at the address. b. Submit an invoice that is heavy in shading or color. 1. An e-mailed PDF image cannot have any text that has a background with any color other than white. If the image has a shaded background, it will be converted to black, and the text will be illegible. 2. An emailed TIFF image must be black and white. c. Submit more than one attachment, as subsequent attachments will not be recognized. d. Submit more than one invoice in a single attachment. e. Attempt to use the "Recall or Resend" email message feature. (d) General Information. Payment due dates will be calculated only from the date that invoices are received in the electronic invoicing e-mail box and determined to be proper invoices. Inquiries regarding invoices should be e-mailed to DCASinvoiceinquiry@dol.gov. The relevant invoice must be attached to the inquiry e-mail and the subject line of the e-mail must state "INQUIRY," followed by the information described in paragraph (1) d. above. Example: INQUIRY: <Contractor Name>, DOL Agency, <Contract Number, BPA Call or Order Number>, Invoice Number, <Invoice Amount> Do NOT use the electronic invoicing e-mail address for inquiries about the invoice. (e) Invoice requirements. Invoices shall comply with FAR 32.905. (f) Exceptions. Paper invoices should only be faxed or mailed through U.S. mail when electronic mail cannot be accomplished. When invoices must be faxed due to e-mail size limitations, fax them to: 202-693-0637 Attention DOL/Wage and Hour Division, Financial Management Branch, Kathleen Hunter-Davis. When paper invoices must be mailed due to e-mail size limitations, mail them to the following address: U.S. Department of Labor Office of Financial Management Operations Room S-5526 Attn: DCAS 200 Constitution Avenue, N.W Washington, DC 20210 (End of clause) xiv. Any questions regarding this solicitation should be emailed to Roxanne Yorgason at Yorgason.roxanne.a@dol.gov. Questions are due no later than March 29, 2016 at 10:00 AM EST. xv. Offers are due to the Contract Specialist no later than 10:00 AM EST on April 6, 2016. All quotes must be emailed to Roxanne Yorgason at Yorgason.roxanne.a@dol.gov. ****************End of Description****************
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/16-WAHD-OAA-NAT-0033/listing.html)
 
Place of Performance
Address: Within a 7.5 mile radius of Charlotte, NC city center., Charlotte, North Carolina, United States
 
Record
SN04067025-W 20160401/160330234419-6db2dcdca69c70be092bbe9451756a80 (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.