Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2017 FBO #5563
DOCUMENT

R -- HOTEL LODGING FOR NATIONAL VA SUMMER SPORTS CLINIC 2017 - Attachment

Notice Date
2/13/2017
 
Notice Type
Attachment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26217N0444
 
Response Due
2/24/2017
 
Archive Date
3/26/2017
 
Point of Contact
TANYA G. GRAY
 
E-Mail Address
tanya.gray@va.gov
(tanya.gray@va.gov)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION: VA262-17-N-0444 THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) for relative to NACIS 721110 sources (size standard of $32.5 Million). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published in the FedBizOpps or GSA eBuy websites. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. The Department of Veterans Affairs, Network 22 Contracts Office, is seeking sources to provide the supplies listed below. If you are interested, and are capable of providing the required supplies please provide the requested information as indicated below. Responses to this notice should include: company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to brand name or equal to items to establish capabilities for planning purposes? Responses to this notice shall be submitted via email to tanya.gray@va.gov no later than February 24, 2017 at 11:30 AM PST. No Exceptions! Now, if you have any QUESTIONS, please submit them to tanya.gray@va.gov no later than 02/16/2017 at 11:30 AM PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. STATEMENT OF WORK: DESCRIPTION/SPECIFICATIONS/WORK STATEMENT 1. GENERAL REQUIREMENTS The Contractor shall provide hotel lodging accommodations, conference meeting rooms, ballroom, audiovisual services, and network infrastructure, if needed; for the National Veterans Summer Sports Clinic held in the month of September 2017. All rooms shall be fully furnished. 6 out of 18 Americans with Disabilities Act of 1990 (ADA) rooms require wheelchair accessible accommodations. The remaining rooms require the ability to adjust/adapt accordingly (i.e. door removal, lowering of beds, shower chairs, hand rails, etc.) If additional rooms are required and available they shall be provided at the Government per diem rate. The numbers of rooms required during the contract period are subject to increase and/or decrease through the period of performance, which will be September 13, 2017 September 23, 2017. 2. HOTEL FACILITY: The Contractor shall provide the following: Standard rooms (one bed or double occupancy) at the Government per diem rate. All common areas, such as lobbies, hallways, elevators, restrooms and laundry rooms shall be wheelchair accessible. Rooms shall be wheelchair accessible, 26 total, and in compliance with the American Disabilities Act of 1990 (ADA). Facility shall have handicap rooms with roll-in shower in compliance with the American Disabilities Act of 1990 (ADA). Smoke detectors shall be installed in each guestroom, office/storage area, hallway and other common areas in accordance with the National Fire Protection Association (NFPA) standard 72. Facility shall comply with all City, County, State and Federal Building Codes and ordinances applicable to ownership and operation of the building in which the rooms are located. Facility shall be in compliance with the Hotel and Motel Fire Safety Act of 1990 (PL 101-391), facility must meet the minimum fire safety requirements. Facility shall have an automatic sprinkler system, with a sprinkler head in each guestroom in compliance with the NFPA standards 13 or 13R. The Department of Veterans Affairs San Diego Healthcare System will be responsible for transportation through a combination of vehicles (buses 14 passenger shuttle bus for staff and Veterans and 48 passenger buses with American Disabilities Act of 1990 (ADA) lifts/vans miscellaneous vehicles/ GSA fleet shuttle vans provided by government facility and/or government contract) and commercially contracted coach services. 3. SCHEDULE OF BLOCK ROOMS: The contractor shall provide the following: 13 Sept VA Staff will arrive and check into Hotel/Lodging facility on September 13th, 2017 the room check-in count will be (15 rooms). The number of room check-ins will increase between September 14th, 2017 to (40 rooms) and on September 15th, 2017 the room check-ins will increase to (70 rooms). 16 Sept Athletes arrive (130 + 40 family members) In processing and registration conducted in meeting rooms at Hotel (250 staff, athletes, family, etc.) The Contractor shall sponsor the Reception in the Reception Room setup by the Hotel. At the peak, VA anticipates no more than 210 rooms; all will be departing NLT 1100 on September 23, 2017. DATE NUMBER OF ROOMS Wednesday, 9/13 15 Thursday, 9/14 40 Friday, 9/15 70 Saturday, 9/16 210 Sunday, 9/17 210 Monday, 9/18 210 Tuesday, 9/19 210 Wednesday 9/20 210 Thursday, 9/21 210 Friday, 9/22 210 Saturday, 9/23 0 4. OPENING AND CLOSING CERMONY: The Contractor shall provide the following: Audio-Visual (AV) equipment shall be required for the opening and closing ceremony (September 17 September 23, 2017). AV equipment is as follows: PA system One (1) LCD Projector One (1) DVD Player single disc One (1) Deluxe Screen One (1) Podium One (1) Microphone One (1) Wireless combo microphones (handheld) Two (2) Powered speaker and console viii. One (1) American Disabilities Act of 1990 (ADA) Compliant Ramp Banquet room shall be set up for approximately 350 guests and shall display signs that state National Veterans Summer Sports Clinic. The contractor shall provide ramp, standing lectern, one (6x30 display table, draped with linen), chairs, U.S. & California Flags. 5. PARKING Contractor shall provide parking spaces/passes for twenty (20) Government vehicle spaces, and five (5) American Disabilities Act of 1990 (ADA) shuttle bus spaces, for a total of twenty (20) vehicle spaces. Contractor shall have a minimum of five (5) American Disabilities Act of 1990 American Disabilities Act of 1990 (ADA) handicap parking spaces that are closest to the lobby. Parking is the responsibility of the guest and shall not be reimbursed by VASDHS. Contractor is required to provide adequate/compliant loading and unloading areas, as well as, parking areas to accommodate disabled passengers and vehicles when not in use. 6. NETWORK INFASTRUCTURE   The Department of Veterans Affairs personnel requires access to and use of house copper/fiber for (4) data lines, and (1) telephone line into the host s MPOE between August 29th and September 23th 2017.   There may be 1-3 site visits needed between August 29th and September 13th 2017. a)   VA s ISP/Telco (AT&T) will bring and terminate these lines on the hotel in-house punch down blocks b)   The Contractor shall provide the VA assistance with extension of these (5) lines from punch downs to VA gear (within or external to) the MPOE, as well as a place to install or place said network gear. c)   VA may provide a mobile, lockable network rack, if there is space available for it with the router and core access switch. The Department of Veterans Affairs personnel require use of house cabling between MPOE and wherever the IT room will be for extension of these services (data and voice). The Contractor will coordinate with: Fiber and/or copper. The Hotel IT staff to identify what type of cabling is available throughout the hotel and conference rooms/suites to which VA needs connectivity, as well as what type of connection hand-off. VA will provide all other IT networking infrastructure needed This may include an access switch in each room where VA network connectivity is needed, as well as associated computers and peripherals. Copper or fiber connectivity assistance between each access switch, an IDF and the MDF/MPOE assistance is provided by the Contractor. VA shall be allowed use of house cabling between IT room and all other rooms in which Department of Veterans Affairs voice or data services are required. VA will be allowed to run our temporary copper/fiber lines if house cabling is otherwise unavailable.   VA Contractor will identify the type of copper and the termination hand-off is requested as soon as hotel IT support confirms availability. Site staff IT assistance with all of these items and coordination leading up to the 11 days of on-site services (Starting Wednesday, 9/13/2017 Saturday, 9/23/2017). a)           There may be several site visits with Department of Veterans Affairs IT staff, telco/ISP, and delivery of said services.   SCHEDULE OF SUPPLIES/SERVICES AND PRICES/COSTS The contract period shall be from: Period of performance for September 13, 2017 September 23, 2017 SCHEDULE OF SUPPLIES/SERVICES AND PRICES/COSTS ITEM # DESCRIPTION QTY UNIT 1 615 room nights For 7 Days (Sept. 16-23, 2017) 1 LT 2 12 Conference Rooms including Ballroom, IT/Hotel IT Fee, 5 Keys Per Room, Audio Visual Equipment 1 LT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26217N0444/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-17-N-0444 VA262-17-N-0444.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3273835&FileName=VA262-17-N-0444-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3273835&FileName=VA262-17-N-0444-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04400601-W 20170215/170214100629-d6a3b1c57fd3116b1513cf4697283a14 (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.