SOLICITATION NOTICE
99 -- OI&T Operations Communications Council Meeting
- Notice Date
- 2/6/2008
- Notice Type
- Solicitation Notice
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of Veterans Affairs;Cleveland Business Center;Building 3, Second Floor;10000 Brecksville Road;Cleveland OH 44141
- ZIP Code
- 44141
- Solicitation Number
- V776-08-345
- Response Due
- 2/13/2008
- Archive Date
- 2/18/2008
- Point of Contact
- Joseph M Kohut Cleveland Business Center Department of Veterans Affairs 10000 Brecksville Road, Bldg 3 Brecksville, OH 44141 440-746-2180
- E-Mail Address
-
Email your questions to Contracting Officer
(joseph.kohut2@va.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation to negotiate a Firm Fixed Price type contract for Hotel Accommodations, Conference Space, and Hotel Services located in San Antonio, TX. San Antonio was selected as the location for this particular meeting for several reasons. It is centrally located in the US which is important considering attendees will come from all over the country. Because of the timeframe still being winter, a Southern city will help reduce the risk of travel hazards and stranded travelers. In addition, San Antonio is a city that is easily accessible from almost any city and has a very reasonable per diem rate ($112 vs. $201 in Washington, DC). Conferencing costs are much lower, too ($400/day for a conference room vs. an average of $750 in the Washington, DC area). Request for Proposal V776-08-345 is in accordance with FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This is not a solicitation for Event Planning Services. For a proposal submitted by an offeror that is not a hotel, the offeror, not the hotel, is to be considered the prime contractor. Therefore, that offeror must describe in its proposal the technical approach for the offeror???s services as a prime contractor and must also include a copy of all insurances(s) (standard business, liability, extraordinary insurances) in order submit a complete technical proposal for evaluation purposes. (Again, this is not a solicitation for Event Planning Services. An offer which requires the Government to execute a separate agreement with a third party shall be deemed technically unacceptable.) This announcement incorporates FAR provisions and clauses in effect through FAR FAC 2005-22, Effective November 23, 2007, and VAAR 97-10. NAICS Code 721110, 721120 and the small business size standard is $6.5 million. This announcement/solicitation is solicited unrestricted and constitutes the only bid document that will be issued. The Period of Performance for this requirement is March 3-7, 2008. Actual conference days are Tuesday, March 4th, thru Thursday, March 6th. The Department of Veterans Affairs, OI&T Operations Communications Council is holding a meeting to allow a face-to-face exchange which will provide for smoother, quicker and more effective resolutions and decisions for all areas of concern. The hotel(s) must accommodate a total of 200 sleeping rooms (approximately 50 per night, based on the timeframe), must provide all requirements specified for conference needs in Parts A, B, C, and D below, and must provide lodging rates within the stated Government Per Diem for San Antonio, TX. A separate written solicitation document will not be issued. A response to requirements listed below shall be submitted on letterhead and must address all requirements listed in a separate technical proposal. A hotel contract shall be submitted with your technical and price proposal. The hotel facility must be FEMA approved and listed on the U.S. Fire Administration Hotel and Motel National Master List found at http://www.usfa.fema.gov/hotel/search.cfm. In accordance with FAR 52.204.7 ??? Central Contractor Registration (Oct. 2003); contractors are Required To Register in the Central Contractor Registration (CCR) database http;//www.ccr.gov, PRIOR to award of any contract. The hotel facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-366) (42U.S. C. 12101 et. Seq.). The hotel facility must accommodate an estimated 50 attendees with the following needs: Part A: Hotel Lodging ??? 50 sleeping rooms for VA attendees to begin check-in on Monday with the majority of attendees to check out on Friday after conference. Rooms must be individual/private-sleeping rooms with toilet facilities at Government prevailing per diem rate. Payment for Part A shall be the sole responsibility of each attendee, to include any incidentals and no-show fees. Part B: Meeting space-Hotel should be able to provide conferencing space for 3 days for approximately 50 attendees, to include some modest food and beverage. Audiovisuals will be limited, with the group intending to bring its own projector and conference phone. Group will likely choose to rent a screen, flip chart, phone line, and microphone. Part C: The Federal Government Policy does not permit a guaranteed amount of food and beverage revenue. Part D: Other requirements/special considerations: complimentary meeting space, variety of restaurants at property or within walking distance of the property (not to exceed 4 normal city blocks). Award will be made to the offeror determined to be the Best Value to the Government in accordance with FAR 52.212-2 evaluation factors. Evaluation may be made with or without discussions with the offeror(s). Prices will be evaluated in terms of cost for accommodations and services, cancellation and attrition, food and beverage/refreshments. All responsible sources that can meet the requirements and provide items as listed above may respond to this solicitation by submitting hotel contract and descriptive literature. (This is not a solicitation for Event Planning Services. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable.) 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://vaww1.va.gov/oamm/acquisitions/ars/policyreg/vaar/index.htm (VAAR); 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation commercial Items (factors listed in descending order of importance: 1) Price, 2) location, and 3) Size and quality of accommodations and services. 52.212-3 Offeror Representations and Certification-Commercial Items (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)(1), (b)(7), (b)(15-16) (b)(18)-23), (b)(35); FAR 52.232.-18 Availability of Funds; VAAR 852.270-4 Commercial Advertising; 852.237-70 Contractor Responsibilities; and 852.270-1 Representatives of Contracting Officers. 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, technical proposals, and hotel contract to Joseph Kohut, Contracting Officer, Cleveland Business Center, 10000 Brecksville Road, Building 3, Brecksville, OH 44141. Phone: 440-746-2180, FAX: 440-746-2123, email: joseph.kohut2@va.gov. Faxed proposals will be accepted. Closing Date for receipt of proposals is Wednesday, February 13, 2008, 3:00 p.m. ET.
- Record
- SN01501689-W 20080208/080206224151 (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 |