Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 18, 2009 FBO #2610
SOLICITATION NOTICE

V -- Hotel Accommodations, Conference Space and Hotel Services

Notice Date
1/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Veterans Affairs, VA Corporate Franchise Data Center, Department of Veterans Affairs Corporate Franchise Data Center, Department of Veterans Affairs;Cleveland Business Center;10,000 Brecksville Road, Building 3;Brecksville, OH 44141
 
ZIP Code
44141
 
Solicitation Number
VA-777-09-RP-0043
 
Response Due
1/26/2009
 
Archive Date
3/27/2009
 
Point of Contact
Elizabeth BuchholzEvent Manager/Contracting Officer<br />
 
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 one of the following geographic areas: Boston, MA or Baltimore, MD or New York City, NY area. Request for Proposal VA-777-09-RP-0043 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 or 3rd Party Event Planning Services. VA will not consider a proposal submitted by an offeror that is not a hotel. 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. This announcement incorporates FAR provisions and clauses in effect through FAR FAC 2005-28, Effective December 12, 2008 and VAAR 97-10. NAICS Code 721110 and the small business size standard is $7 million, respectively. This eCMS announcement/solicitation is solicited unrestricted, and constitutes the only bid document that will be issued. The Period of Performance for this requirement will be the following dates, May 4-7, 2009. An estimated 82 (peak night) sleeping rooms and the required meeting space MUST be housed in the same facility. The Department of Veteran Affairs, Employee Education System (EES) is sponsoring a training conference on the topic of Weight Management for VISNs 1-10. The hotel shall accommodate 82 sleeping rooms (peak nights based on the timeframe), with majority of attendees checking in Monday, May 4, 2009 with majority of the group checking out Wednesday, May 6, 2009; and the remainder of the group checking out on Thursday, May 7, 2009 and shall provide all requirements specified for conference needs in Parts A, B and C below, and lodging rates MUST be within the Government Per Diem rate or lower for the area. A response to requirements listed shall be submitted on letterhead and must address all requirements listed in a separate technical proposal. A completed Hotel Contract with non-commissionable meeting rates shall be submitted with your proposal, along with descriptive literature to include sleeping rooms, meeting room space, diagrams and square footage, information (availability/cost) on amenities of hotel i.e., parking, shuttle services; transportation to/from airport, and menus. To be eligible for award under this solicitation, the hotel facility MUST be listed with current status on the Central Contractor Registration website (www.ccr.gov) and be FEMA approved and listed on the U.S. Fire Administration Hotel and Motel National Master List found at (www.usfa.fema.gov/hotel/search.cfm). VA Contracting Officers may contract only with listed hotels or motels on the above lists to conduct meetings, conventions, conferences, or training seminars. Offers proposed facilities that are not listed will be rejected as technically unacceptable. In addition, the offerors facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12101 et. Seq.). The hotel facility must accommodate an estimated 95 attendees with the following needs: Part A: Hotel Lodging - 82 sleeping rooms required for participants arrival on Monday, May 4, 2009 and checking out on Wednesday, May 6, 2009, with remainder of group checking out on Thursday, May 7, 2009. (Pattern/totals per night:, Monday=82, Tuesday=82, Wednesday=5, Thursday =Checkout). Rooms must be individual/private sleeping rooms with toilet facilities at government per diem (or below) rate for Boston, MA ($203) 1st choice city location; Baltimore, MD ($157) 2nd choice city location; or New York City, NY ($285) 3rd choice city location. Payments for Part A shall be the sole responsibility of each participant, to include No-show fees. Part B: Item 1) ONE General Session Meeting Room to be held on a 24 hours basis starting with set-up for room and AV equipment on Monday beginning at 8:00 am through Wednesday at 5:00 pm. Set for 100 ppl in classroom style seating, 2 people per 6 ft table preferred set-up, with one center aisle and 2 side aisles, rear projection screen (preferred) plus other audiovisuals with a lighted podium plus two 6-ft skirted head tables for panel members plus 4 chairs beside the podium/lectern on Stage Riser with Stairs & Wheelchair Ramp in the front of the room. Internet DSL line connection capability will be needed in this room. General Session room size should be approx. 2,300 sq ft with 12 ft or greater ceiling and with no pillars/posts to obstruct view. ** AV setup Monday, starting at 8:00 am, through Wednesday at 5:00 pm (24-hour hold). Actual conference starting Tuesday, 8:00 am thru Wednesday at 1:00 pm. Item 2) THREE (3) BREAKOUT Rooms needed. These rooms are needed in addition to the General Session mtg room (total of 4 meeting rooms combined). These Three Breakout rooms are needed beginning at 7:00 am on Tuesday, May 5, 2009 (AV and room set-up) until 7:00 pm. Each room will need to accommodate no less than 25 attendees set in classroom style seating with aisles on sides plus a head table and podium plus space for audiovisuals-front screen projection. Anticipated times of training sessions in the breakout rooms is 10:00 am-6:00 pm. Each of these breakout rooms should be no less than 500 sq ft without pillars to obstruct the view. Item 3) Lunch and Learn session - There is an anticipated lunch training session for this event on Tuesday, May 5, 2009 only and a separate room will be needed to accommodate the 100 attendees in rounds of 8 or 10 per table. A head table for six with a podium splitting the head table on a low riser is also required. Space for possible AVs including space needed for screen will be needed. Room size should be no less that 1,300 sq ft in size with 12 ft or greater ceiling height. Item 4) Staff Office/Faculty Prep Room - Room should be located near general session room. This room should accommodate a conference table for 12 people and placed on a 24 hour hold beginning Monday at 8:00 am until 5 pm on Wednesday, May 4-6, 2009. There must be an internet DSL line capability available to this room also. This room will need to be re-keyed to allow access by designated meeting staff only. Item 5) Registration Area starting on Monday at 10:00 am (set-up) through Wednesday at 2:00 pm. Preference for registration area is outside the General Session classroom. There should be four (4) 6-ft tables with skirting set in a U-shape, two 6 ft skirted tables for materials behind the 4 six foot u-shape tables and 4 chairs will be needed in this area plus an internet connection with router for 3 cad #5 hookups plus electrical power for 3 laptops, in-house only desk phone and a large trash can. However, if there is an available registration desk near the general session room that can accommodate these requirements, this would also be acceptable, but it will need to be keyed for designated meeting staff only. Part C: Anticipate Light refreshment for morning and afternoon breaks for Tuesday through Wednesday, please provide Menus and Prices. Also, one lunch is anticiapted for this event, please provide menus and prices. The Federal Government policy does not permit a guaranteed amount of food and beverage revenue. Part D: Other requirements; Item 1) Hotel location must be within walking distance of a variety of restaurants and shops (not to exceed 4 city blocks) in a safe area. Item 2) Hotel location should have safe area for walking/running routes available for daily morning exercise session. Item 3) Hotels that are totally smoke free are highly desirable. Item 4) Hotels with fitness centers are highly desirable. Proposal must indicate whether the hotel agrees to the right of DVA to use their own audiovisual equipment and if there is a cost incurred for connection to hotel sound system with use of own equipment. NOTE: Government reserves the right to hire an outside audiovisual company without any penalties incurred as part of the fair practice procurement regulations. 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). The technical proposals will be evaluated for size, quality of services and accommodations, location, and experience with large conferences. VA reserves the right to conduct an on-site inspection of offered facilities. Prices will be evaluated in terms of cost for accommodations and services, Cancellation fees, Attrition costs, and refreshments. All responsible sources that can meet the requirements and provide items as listed above may respond to this solicitation by submitting cost and technical proposals, hotel contract and descriptive literature. However, VA will not consider or accept a proposal submitted by an offeror that is not a hotel. (This is not a solicitation for Event Planning Services or 3rd Party 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://www.va.govoa&mm/vaar/ (VAAR); 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items (factors listed in descending order of importance: 1. Size and quality of services and accommodations; 2. Location (downtown location, distance from airport); 3. Experience with large conferences and; 4. Price (Cost of accommodations, services, Cancellation Fee, Attrition and Refreshments). Size and quality of services and accommodations, location and experience with large conferences, when combined are more important than price); 52.212-3 Offeror Representations and Certification-Commercial Items. Offerors must include a completed copy of the FAR 52.212-3 Offeror Representations and Certification along with his/her offer/proposal; FAR 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; 852.237-70 Contractor Responsibilities; and 852.270-1 Representatives of Contracting Officers. Proposals shall include all information required in FAR 52.212-1, Schedule of Prices Offered, and a completed copy of provision FAR 52-212-3. Submit all prices, descriptive literature, technical proposal, and a completed Hotel Contract to: Elizabeth Buchholz, CGMP; Event Manager/Contracting Officer; Department of Veterans Affairs; Employee Education Center; 950 22nd Street North Suite 500; Birmingham, AL 35203-5300 ; Phone (205) 731-1812, Ext. 305; Fax (205) 731-1821 or 1820, or email Beth.Buchholz@va.gov. Faxed proposals will be accepted. Closing date for receipt of proposals is Monday, January 26, 2009 at 2:00 pm CT
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4b61e383bf38ff953e9e9ab751d3f437&tab=core&_cview=1)
 
Record
SN01734328-W 20090118/090116220117-4b61e383bf38ff953e9e9ab751d3f437 (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.