SOLICITATION NOTICE
X -- White House Fellow Placement Event - Package #1 - Package #2
- Notice Date
- 2/24/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Office of Personnel Management, Office of Procurement Operations, Contracting, 1900 E Street, N.W., Room 1342, Washington, District of Columbia, 20415-7710, United States
- ZIP Code
- 20415-7710
- Solicitation Number
- OPM2317R0001
- Archive Date
- 3/18/2017
- Point of Contact
- Terek B. Ali, Phone: 2158613014
- E-Mail Address
-
terek.ali@opm.gov
(terek.ali@opm.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 1 - Past Performance Questionairre Request for Proposal COMBINED SYNOPSIS/SOLICITATION 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. The Solicitation number is OPM2317R0001 and is issued as a Request for Proposal (RFP). This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-88 effective May 16, 2016. The North American Industrial Classification System (NAICS) code is 721110, and the small business size standard is $32.5 million. This procurement is set aside for small businesses. The President's Commission on White House Fellows (WHF) is soliciting a contractor to provide overnight accommodations and food and beverage services in support of the annual White House Fellows (WHF) Placement Event. The WHF Placement Event is typically held during the second week of July on an annual basis. This year's WHF Placement Event will be held on July 10, 2017 through July 14, 2017. Note: The food and beverage services cannot exceed the federal daily per diem rates. The Office of Personnel Management intends to award one (1) Firm Fixed Price contract for this requirement to the offeror that represents the best value to the Government and can accommodate the requested dates as indicated in the Performance Work Statement. (1) Performance Work Statement - WHF Placement Event Services 1. BACKGROUND Founded in 1964, the White House Fellows program is America's most prestigious program for leadership and public service. White House Fellowships offer exceptional young men and women first-hand experience working at the highest levels of the federal government. White House Fellows typically spend a year working as full-time, paid special assistants to senior White House Staff, the Vice President, Cabinet Secretaries, and other top-ranking government officials. White House Fellows also participate in an education program consisting of roundtable discussions with renowned leaders from the private and public sectors, and trips to study U.S. Policy in action both domestically and internationally. Fellowships are awarded on a strictly non-partisan basis. The President's Commission on White House Fellows requires a contractor to provide overnight accommodations and food and beverage services in the support of the annual White House Fellows Placement Event held during the second or third week of July. This year's event will be held July 10-14, 2017. 2. SCOPE In support of this mission, WHF needs to acquire a contractor to provide overnight accommodations and food and beverage services for the White House Fellows Placement Event to be held July 10-14, 2017. The food and beverage services cannot exceed the federal daily per diem rates. 3. APPICABLE CONDITIONS The Contractor's facility must be Federal Emergency Management Agency approved and listed on the U.S. Fire Administration Hotel and Motel National Master List found at http://cwww.usfa.fema.gov/hotel/search.cfm. The Contractor's facility must be compliant with the requirements of the American with Disabilities Act (Public Law 101-336) 42 U.S.C. 12101 et. seq.). 4. GOVERNMENT FURNISHED MATERIAL/INFORMATION: On an annual basis WHF will provide the selected contractor with their requested dates, estimated number of rooms for the Placement Event no later than May 1st of each year of the resultant contract. 5. CONTRACTOR FURNISHED MATERIAL/ INFORMATION: All supplies and materials shall be of a type and quality that conform to applicable Federal specifications and standards and, to the extent feasible and reasonable, include the exclusive use of bio-based products. For the bio-based content products evaluation, all non-chemical products proposed for use under this contract must conform to the Department of Agriculture (USDA) Designated Bio-based Products List (DBPL) whenever practicable. Each product submitted must be identified with one of these categories. It is desirable that vendors be able to supply the greatest number of bio-based products listed meeting the health and environmental specifications. Labeling should be printed on all containers. It is desirable that vendors be able to supply the greatest number of bio-based products listed meeting the health and environmental specifications. Labeling should be printed on all containers. All related product information to include MSDS sheets and types of chemicals that will be used shall be provided to and approved by an OPM representative prior to contract award. 6. SUMMARY OF REQUIREMENTS: The offeror shall be required to provide overnight accommodations and food and beverage services for the White House Fellows Placement Event on an annual basis to include, but are not limited to following: 6.1 DATES: Required dates for this year's event are July 10-14, 2017. On an annual basis the WHF's will notify the selected contractor of their requested dates for the Placement Event no later than May 1st of each year of the resultant contract. 6.2. LOCATION: The facility must be located in the downtown Northwest Washington, DC area and must be metro accessible. This location provides easy access for OPM coordinators and participants. 6.3 OVERNIGHT ACCOMMODATIONS: Lodging rates must be within the Washington, DC area per diem. The final room list will be provided no later than July 1st of the resultant contract. The overnight accommodations shall be the contractor's best commercial rate. The overnight accommodations breakdown for this year's event will be as follows: Sunday, July 9 • Approximately 5 Non-smoking King rooms Monday, July 10 • Approximately 17 Non-smoking King rooms Tuesday, July 11 • Approximately 17 Non-smoking King rooms Wednesday, July 12 • Approximately 17 Non-smoking King rooms Thursday, July 13 • Approximately 17 Non-smoking King rooms Friday, July 14 • Approximately 5 Non-smoking King rooms 6.4 FOOD AND BEVERAGE SERVICES: Food and beverage services shall include $30 food vouchers provided to each person to be used for room service or in the restaurant. This voucher is not to exceed $30 per day per person per room from July 9-14, 2017. The following is a summary of food and beverage service needs for this year's event: Sunday, July 9 • Approximately 5 $30.00 vouchers for daily room service/ restaurant use Monday, July 10 • Approximately 17 $30.00 vouchers for daily room service/ restaurant use Tuesday, July 11 • Approximately 17 $30.00 vouchers for daily room service/ restaurant use Wednesday, July 12 • Approximately 17 $30.00 vouchers for daily room service/ restaurant use Thursday, July 13 • Approximately17 $30.00 vouchers for daily room service/ restaurant use Friday, July 14 • Approximately 17 $30.00 vouchers for daily room service/ restaurant use 6.5 PARKING: Provide participant parking at the hotel from July 9-14, 2017. 7) DELIVERABLES: The contractor shall provide all management, supervision, labor, materials, supplies and equipment (except as otherwise specified); and shall plan, schedule, coordinate, and assure the efficient performance of all overnight accommodations and food and beverage services. Rendering of the services must occur before July 14, 2017 and include but is not limited to the following: • Overnight Accommodations • Food & Beverage Service 8) PERIOD OF PERFORMANCE The period of performance shall be for a period of five (3) years (base period and two (2) one year option periods). 9) PLACE OF PERFORMANCE All work will be conducted at contractor's facility located in Northwest Washington, DC area. 10) AWARD TYPE The government intends to issue one (1) firm fixed price contract as a result of this solicitation. Expenses related to overnight accommodations and food and beverage services will be paid on "actual" usage, not projected. 11) QUALITY ASSURANCE SURVEILLANCE PLAN Note: the following Quality Assurance Surveillance Plan (QASP) is OPM's codification of its method of implementing FAR 37.601, which requires that performance-based contracts or task orders- a) Describe the requirements in terms of results required rather than the methods of performance of the work; b) Use measurable performance standards (i.e., in terms of quality, timeliness, quantity, etc.) and quality assurance surveillance plans; c) Specify procedures for reductions of fee or for reductions to the price of a fixed-price contract when services are not performed or do not meet contract requirements; and d) Include performance incentives where appropriate. Offerors must complete the QASP as part of their quotation. A description of the columns and information to be entered follows below. We will use the information provided as part of our evaluation of your offer. (1) Deliverable: One of the deliverables described in the "Deliverables" section above. (2) Performance Standard: The level of performance which the Government considers acceptable. A good performance standard in general should:  Measure important things;  Be simple, but not too simple;  Be auditable and capable of validation (quantifiable measures preferred, as they are less subjective);  Attainable and worth the cost;  Have a level of detail that corresponds to the intent of the stated measure and expectation;  Be consistently combined with other measures to reflect corporate priorities; and  Be controlled by the contractor. (3) Acceptable Quality Level: The range of deviation-if any-in which the Government will consider performance to be acceptable. Each offeror must propose an Acceptable Quality Level (AQL) for each performance standard for each deliverable. If the selected offeror fails to achieve stated AQLs, OPM will reduce the offeror's payment for the services rendered in accordance with the disincentive formula. You must enter the AQLs for each deliverable in the Performance Requirements Summary Template for each deliverable that has a performance standard. (4) Monitoring Method (a) This is the method OPM will use to monitor performance and determine the extent to which performance has met the standard. Offerors are encouraged to propose a sound process for verifying the accuracy of performance data on a continuing or recurring basis. Regardless of the method or degree of monitoring, we reserve the right to audit all performance data to independently verify its accuracy. (b) In general, we prefer monitoring methods that automatically capture measurements as part of the process and do not place a burden on either the offeror or OPM to collect and analyze data. (5) Performance Incentive / Price Reduction (a) For each AQL, your quotation must specify a maximum price reduction that will take effect if you fail to meet the AQL. The quotation must also specify the formulas and decision criteria that we will use to calculate the actual amount of price reduction for the related CLIN. (b) OPM is willing to consider quotations that include additional incentives for performance that exceeds the AQL. These incentives may be Only non-monetary. (i) The government will only accept non- monetary incentives for this solicitation., (ii) Some examples of non-monetary incentives that we would consider include, but are not necessarily limited to: Revised schedule Reduced oversight Positive performance evaluation Automatic extension of contract term or option exercise (FAR Part 17 still applies) Lengthened contract term (award term contracting) or purchase of extra items (award purchase) Publish article(s) in agency newsletter or speak at agency seminars Letters of appreciation to individual employees, which may translate to bonuses Use trade space for licensing, access to agency officials, etc. Use those FAR clauses that can be negotiated to your advantage (c) Your selection of AQLs, incentive formula and price reduction formula will be important to our evaluation. Your response must specify the proposed method for measuring your performance against each performance standard, which we will compare to relevant industry benchmarks. SAMPLE Deliverable Performance Standard Acceptable Quality Level (AQL) Monitoring Method Performance Incentive/Reduction Conference Planning Weekly Meetings Attend meetings at a minimum of one hour per week 95% Attendance Sheets Positive/ Negative Performance Evaluation In narrative form, the sample QASP deliverable says that the vendor will attend at least 95% of the weekly conference planning meetings for a minimum of one hour. The attendance will be tracked through attendance sheets and if the attendance is below 95% of all meetings, OPM will deduct 2.5% from the final invoice amount. This needs to be done for each of the deliverables noted in the Deliverables section. Performance Requirement Summary Template Deliverable Performance Standard Acceptable Quality Level (AQL) Monitoring Method Incentive / Price Reduction Overnight Accommodations Positive or Negative Performance Evaluations Food & Beverage Service Positive or Negative Performance Evaluations END OF PWS (2) List of Attachments: Attachment 1 - Relevant Past Performance Questionnaire **SEE ALL ASSOCIATED ATTACHMENTS TO THIS SOLICITATION**
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/OPM/OCAS/CD/OPM2317R0001/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, 20006, United States
- Zip Code: 20006
- Zip Code: 20006
- Record
- SN04414112-W 20170226/170224234535-a6fb9069afd77e526ae5809221a199c4 (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 |