SOLICITATION NOTICE
R -- This is a combined synopsis/solicitation to negotiate a Firm Fixed Price type contract for Hotel Accommodations, Conference Space and Hotel Services located within the Virginia Beach and Williamsburg area
- Notice Date
- 6/25/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- USPFO for Virginia, Building 316, Fort Pickett, Blackstone, VA 23824-6316
- ZIP Code
- 23824-6316
- Solicitation Number
- DAHA44-03-T-4001
- Response Due
- 7/9/2003
- Archive Date
- 9/7/2003
- Point of Contact
- Anna-Marie Young, 804-298-6206
- E-Mail Address
-
USPFO for Virginia
(anna.young@va.ngb.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA 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 b eing requested and a written solicitation will not be issued. This solicitation is in accordance with FAR Subpart 13.5 test program. This announcement incorporates provisions and clauses in effect through FAR FAC 2001-14. NAICS Code 721110 and the smal l business size are $6 million. This announcement/solicitation is solicited restricted to small business and the only bid document that will be used. The Period of Performance for this requirement is October 24 through 26, 2003. The Virginia Army Nati onal Guard Recruiting/Retention Staff will be conducting a training and recognition conference during the above stated timeframe. The offers facility must be able to provide 80 sleeping rooms for the period of 24 through 25 October and space for the estim ated 160 people for the banquet. Requirements specified for the conference needs are in parts A and B below. The offers facility must provide pricing for lodging per room (lodging rates must be at or less than the Government Per Diem rate). A response to requirements listed below shall be submitted on offers facility letterhead and must address all requirements listed in a separate technical proposal. Descriptive literature for the offers facility must also be included in proposal/bid package including m eeting room diagram and square footage. Contractor must be willing to accept a Government Contract; a Hotel/Motel Contract issued by the offerors facility will not be accepted. The offerors facility must be FEMA approved and accommodate an estimated 80 a ttendees with the following needs: Part A: Up to 80 sleeping rooms are required for participants arrival on 24 Oct 03 through 26 Oct 03. Rooms must be individual/private sleeping rooms with toilet facilities at or less than Government Per Diem Rate for the Virginia Beach Area. Conference attendee s will call the hotel and make their own reservations and secure the reservation with their own credit card. Vendor must provide the cut off date reservations be made and include a list of the amenities (i.e. meeting rooms, use of pool, gym etc) provided a t no cost to the Government. Offerors facility must have a restaurant on site providing breakfast, lunch and dinner located within the facility. Use of own audio/ visual equipment (i.e. TV/VCR screens etc) connection to utility system with no charges. Bloc ks of rooms to be centrally located with Administration Room. Part B: (1) Meeting Facilities: 24 Oct - Conference Meeting Room to accommodate 80 people, Theatre Style, Lectern 1 each provided at no cost to the Government and 6 each tables set up behind podium 12:00 noon to 5:00 p.m. Administrative Room to accommodate 40 people open 24 hours. Regis tration tables (2 ea.) and trashcans set up in Lobby 12:00 noon to 4:00 p.m. 25 Oct - Conference Meeting Room to accommodate 80 people, Theatre Style, Lectern 1 each provided at no cost to the Government and 6 each tables set up behind podium, 8:00 am to 4:00 p.m. to include refreshments (i.e. coffee,tea, pastry or fresh fruit for the morning break and soft drinks, cookies, chips for afternoon break). Breakout Room to accommodate 40, conference style with Lectern 1 each provided at no cost to the Government 9:00 am to 12 noon. Administrative Room to accommodate 40 people open 24 h ours. 26 Oct - Conference Meeting Room to accommodate 80 people, Theatre Style, Lectern 1 each provided at no cost to the Government and 6 each tables set up behind podium, 8:00 am to 12:00 noon. Breakout Room to accommodate 40, conference style with Lectern 1 each provided at no cost to the Government 9:00 am to 10:00 am to include refreshments (i.e. coffee, tea, pastry or fresh fruit) for the morning break. Administrative Room to accommodate 40 people opens 24 hours. (2) Banquet Room: 25 Oct- A Banquet Room is required to accommodate 160 people with round tables, skirted riser head table for 12, 1 lectern with microphone. Contractor will provide Dinner Buffet with choice of 3 entrees (i.e. chicken, beef, pork or seafood) vegetables, sa lad, dessert, and choice of beverage at or less than the Government meal Per Diem rate. The Federal Government will pay for all authorized Government employees. Non-Government employees will pay for their own meals. The Government will collect monies from Non-Government attendees and provide this to the contractor to cover the cost of meals ordered for Non-Government employees. Final count for buffet meal will be provided to the contractor within 8 hours of the meal, we will pay for meals in the final count. Part C: 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: facility features and amenities, quality, price, past performance, experience with Federal Government conferences. Site visit required before final evaluation factors performed. Evaluation may be made with or without discussion with the offeror(s). Three (3) Federal Government references are required as an evaluation factor. Prices will be evaluated in terms of cost for accommodations and service, and costs for cancellation and attrition. 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). In addition, the offerorâs 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 completed cost and technical proposals on their letterhead. The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses incorporated by reference. This contra ct 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 address: www.arnet.gov/far. Clauses incorporated by reference 52.212-1 Instructions to Offerors Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items (NOTE: Offerors must include a completed copy of Offeror Representations and Certifications along with his/her offer); 52.212-4 Contract Terms and Conditions Commercial Items; 52-219-6 Notice of Small Business Set-Aside 52-232-18 Availability of Funds Clauses incorporated by full text: 52.212-2 Evaluation Commercial Items (factors in descending order of importance: facility features and quality, price, experience with Federal Government conferences); Evaluation -- Commercial Items (Jan 1999) (a) 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: (1) Facility Features, Amenities, Quality (2) Price (3) Experience, Past Performance Facility features, amenities, quality, past performance, and experience when combined, are significantly more important than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly un balanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration tim e, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52-212-5 Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAY 2002) . Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2002) (a) The Contractor shall comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); (2) 52.233-3, Protest after Award (31 U.S.C 3553). indicated as being incorporated in this contract by reference to implement provisions of law or Executive (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has orders applicable to acquisitions of comme rcial items or components: [Contracting Officer shall check as appropriate.] ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.219-3, Notice of HUBZone Small Business Set-Aside (Jan 1999). ___ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). ___ (4) (i) 52.219-5, Very Small Business Set-Aside (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). ___ (ii) Alternate I to 52.219-5. ___ (iii) Alternate II to 52.219-5. ___ (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). ___ (6) 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637 (d)(4)). ___ (7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). ___ (8) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I of 52.219-23. ___ (9) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (10) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). ___ (12) 52.222-26, Equal Opportunity (E.O. 11246). ___ (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). ___ (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). ___ (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). ___ (16) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). ___ (17)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C. 6962(c)(3)(A)(ii)). ___ (ii) Alternate I of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). _XX__ (18) 52.225-1, Buy American Act--Supplies (41 U.S.C. 10a-10d). ___ (19)(i) 52.225-3, Buy American Act - North American Free Trade Agreement - Israeli Trade Act (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). ___ (ii) Alternate I of 52.225-3. ___ (iii) Alternate II of 52.225-3. ___ (20) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ___ (21) 52.225-13, Restriction on Certa in Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). ___ (22) 52.225-15, Sanctioned European Union Country End Products (E.O. 12849). ___ (23) 52.225-16, Sanctioned European Union Country Services (E.O. 12849). ___ (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). ___ (25) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (31 U.S.C. 3332). _XX__ (26) 52.232-36, Payment by Third Party (31 U.S.C. 3332). ___ (27) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). ___ (28) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). ___ (ii) Alternate I of 52.247-64. _________________________________________________________________ (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive order s applicable to acquisitions of commercial items or components: [Contracting Officer check as appropriate.] ___ (1) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA) (41 U.S.C. 351, et seq.). __________________________________________________________________ (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the cl ause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final terminat ion settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establ ish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components -- (1) 52.222-26, Equal Opportunity (E.O. 1124 6); (2) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (4) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241) (flow down not required for subcontracts awarded beginning May 1, 1996); and (5) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). (End of Clause) Submit all price, descriptive literature, and technical proposals to Anna-Marie Young at 434-298-6206, Fax 434-298-6202, email anna.young@va.ngb.army.mil. Faxed or e-mailed proposals will be accepted. Closing date for receipt of proposals is COB 09 July 2003.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/NGB/DAHA44/DAHA44-03-T-4001/listing.html)
- Place of Performance
- Address: USPFO for Virginia Building 316, Fort Pickett, Blackstone VA
- Zip Code: 23824-6316
- Country: US
- Zip Code: 23824-6316
- Record
- SN00357387-F 20030627/030626014939 (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 |