SOLICITATION NOTICE
V -- CONFERENCE SPACE RENTAL AND HOTEL SERVICES
- Notice Date
- 12/18/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Attn: Department of Veterans Affairs Austin Automation Center, (316= ), 1615 Woodward Street, Austin, Texas 78772
- ZIP Code
- 78772
- Solicitation Number
- 777-03-H009
- Archive Date
- 1/22/2003
- Point of Contact
- Contracting Officer - Karen Lebo, Contracting Officer, (440) 838-6= 028
- E-Mail Address
-
Email your questions to Karen Lebo
(karen.lebo@lrn.va.gov)
- Description
- This is a combined synopsis/solicitation to negotiate a Firm Fixed Price type contract for Hotel Accommodations, Conference Space Rental and Hotel Services in the Chicago, IL metro area. Request for Quotation 777-03-H009 is in accordance with FAR Subpart 13.5 test program. This is not a solicitation for Event Planning Services.This announcement incorporates provisions and clauses in effect through FAR FAC 2001-09 and VAAR 97-9. NAICS Code 721110 and the small business size standard is $6 million. This BOS announcement/solicitation is solicited unrestricted and constitutes the only bid document that will be issued. The Period of Performance for this requirement is May 12-16, 2003 (52 sleep rooms and required meeting space). The Department of Veteran Affairs, Employee Education System (EES) is sponsoring a training conference on the topic of Prevention & Management of Disruptive Behavior: Train the Trainer. The hotel must accommodate 52 rooms (based on the timeframe), must be located within 3 block safe walking distance of alternate eating facilities or provide complimentary shuttle service to and from these alternate locations within a 5 mile radius of the hotel, and must provide lodging rates within the stated Government Per diem. A separate written solicitation document will not be issued. A response to requirements listed below shall be submitted on contractor letterhead or formal quotation form and must address all requirements listed in a separate technical proposal. Descriptive literature for facility must also be included in proposal/bid package. Hotel must be FEMA approved and accommodate an estimated 50 attendees with the following needs: Part A: Hotel Lodging - (1a) 5 sleep rooms on 5/11/03 (1b) 52 sleep rooms on 5/12/03 through 5/15/03. Individual/private sleeping rooms and toilet facilities required at government per diem rate for Chicago, IL area which has a government per diem rate of $155. Part B: (1) Session A Meeting Room to be held on a 24 hr basis beginning on Monday, 5/12/03 at 8:00 am through Friday 5/16/03 at 1:00 pm. and that will accommodate 24 attendees in classroom seating plus audio visual equipment and space available in back of meeting room for physical demonstrations/practice on floor mats plus theatre seating for 24 surrounding the mats. The back of the room will also need to accommodate a refreshment breaks table and water station. This room should not be less than 1150-1200 square ft and be without pillars in order to accommodate this training session=92s needs. (2) Session B Meeting Room to be held on a 24 hr basis beginning on Monday, 5/12/03 at 8:00 am through Friday 5/16/03 at 1:00 pm and that will accommodate 24 attendees in classroom seating plus audio visual equipment and space available in back of meeting room for physical demonstrations/practice on floor mats plus theatre seating for 24 surrounding the mats. The back of the room will also need to accommodate a refreshment breaks table and water station. This room should not be less than 1150-1200 square ft and be without pillars in order to accommodate this training session=92s needs. Part C: All replies/offers must include cancellation conditions/percentages, meeting room rental conditions & applicable fees, and attrition conditions. Part D: Light refreshment for morning and afternoon breaks will be required. Award will be made to the offeror determined to be the Best Value to the Government in accordance with FAR 52.212-2 with evaluation factors listed in descending order of precedence:=20 location, price. Evaluation may be made with or without discussions with the offeror(s). Only proposals from Hotels that are compliant with the requirements of the Hotel and Motel Fire Safety Act of 1990 (Public Law 101-391) (15 W.S.C. 2201 et. Seq.) and is listed on the U.S. Fire Administration Hotel and Motel National Master List found at=20 http://www.usfa.fema.gov/hotel/search.cfm. Offerors proposing facilities that are not listed will be rejected as non-responsive. In addition, the offeror=92s facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12101 et. Seq.). Only Hotels that can meet the requirements and provide items as listed above may respond to this solicitation by submitting cost and technical proposals on their letterhead, along with the Hotel Contract. The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far (FAR) and http://www.va.govoa&mm/vaar/ (VAAR); 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items (factors in descending order of importance:=20 location, price); 52.212-3 Offeror Representations and Certification-Commercial Items (NOTE =3D Offerors must include a completed copy of Offeror Representations and Certification along with his/her offer); 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders Commercial Items and in accordance with FAR 12.603(c )(2)(xii) the following provisions under the clause apply (b)(11)-(b)(15), (b)(19)(i), (b)(21), (b)(25) (b)(26) applies if Government Purchase Card is used, (c)(1), (c)(2), and (c)(4); FAR 52.232-18 Availability of Funds; VAAR 852.270-4 Commercial Advertising; 852.219-70 Protest Content; 852.236-76 Correspondence; 852.237-70 Contractor Responsibilities; 852.270-1 Representatives of Contracting Officers; and 852.233-71 Alternate Protest Procedure. Proposals shall include all information required in 52.212-1, Schedule of Prices Offered, and a completed copy of provision 52-212-3. Submit all price, descriptive literature and technical proposals and Hotel Contract to Beth Buchholz, Event Manger/Contracting Officer, EES, 950 22nd St N, Suite 500, Medical Forum Building, Birmingham, AL 35203. Phone:=20 205-731-1812 x305, FAX 205-731-1821, email Beth.Buchholz@lrn.va.gov.=20 Faxed proposals will be accepted. Closing Date for Receipt of Proposals is December 23, 2002 3:00 Eastern Time.
- Web Link
-
Draft RFP 777-03-H009
(http://www.bos.oamm.va.gov/solicitation?number=3D777-03-H009)
- Record
- SN00225922-W 20021220/021218213357 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |