SOLICITATION NOTICE
X -- Hotel Conference Services
- Notice Date
- 12/3/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- National Labor Relations Board, Division of Administration, Acquisitions Management Branch, 1099 14th Street, N.W., Washington, District of Columbia, 20570, United States
- ZIP Code
- 20570
- Solicitation Number
- RFQ-NLRB-OPS-10-001A
- Archive Date
- 1/2/2010
- Point of Contact
- Delfina St. Clair, Phone: 2022734212, DOUGLAS WOLF, Phone: 202-273-4218
- E-Mail Address
-
delfina.st.clair@nlrb.gov, doug.wolf@nlrb.gov
(delfina.st.clair@nlrb.gov, doug.wolf@nlrb.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the formant in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) # NLRB-OPS-10-001A. This RFP will result in the award of a Firm Fixed Price contract for hotel lodging, catering and conference rooms for the National Labor Relations Board's Trial Advocacy Institute, Trial Training. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37, effective November 13, 2009. OVERVIEW The National Labor Relations Board is an independent federal agency created by Congress in 1935 to administer the National Labor Relations Act, the primary law governing relations between unions and employers in the private sector. The statute guarantees the right of employees to organize and to bargain collectively with their employers, and to engage in other protected concerted activity with or without a union, or to refrain from all such activity. The purpose of this Agency-wide Trial Advocacy Institute is to provide trial training for newer attorneys. Conference accommodations for 120-130 individuals which includes providing 120-130 sleeping rooms at or below the government per diem rate for a six-day period (five nights), beginning on Sunday; food and beverage services as described in Part B below. Conference Rooms include one (1) general session room to accommodate approximately 120-130 individuals as well as LCD Projector package; eight (8) breakout rooms to accommodate 15 individuals each, with electrical outlets to plug in 14 laptop computers, and one (1) flipchart package; as well as one (1) administrative office for use by the planning staff to include tables, chairs set up as outlined below, and two (2) telephone lines for direct in-coming and out-going calls, and access to three (3) high speed internet connections. The Agency does not anticipate utilizing any "realtime" broadcast of the conference events. In the event the Agency determines that a recording of the events is desirable for future use on its website, or in any other venue, the Agency reserves the right to provide and operate its own equipment. Conference Dates: February 28 through March 5, 2010 (preferred) or March 7 through March 12, 2010. The conference dates will be determined by selected Hotel's availability. Property Details: The hotel must provide conference accommodations (meeting rooms and related services) and lodging for approximately 120-130 people. It must be located in either downtown San Diego, CA or in downtown, New Orleans, LA, within walking distance of a variety of restaurants. Participants: Approximately 120-130 total participants: Managers, supervisors and attorneys from most of the Agency's Regional and Sub-Regional Offices, and General Counsel's Headquarters divisions. REQUIREMENTS Part A: Hotel Lodging: Lodging will be selected for one location only in either downtown San Diego, CA or downtown New Orleans, LA. Sunday, February 28 through Friday, March 5, 2010 (five nights) 120-130 sleeping rooms per night (preferable) OR Sunday, March 7 through Friday, March 12, 2010 (five nights) 120-130 sleeping rooms per night Part B: Conference Format: Attendees will be checking-in on Sunday and checking-out on Friday by noon. 1. Office and Registration Area One (1) lockable office which can be used to hold small meetings for the conference planning staff and also be used to store conference materials such as AV equipment, easels etc.). This space must be available beginning at 9 a.m. on Sunday and on 24-hour hold through conclusion of conference on Day Six (Friday). Room must be able to accommodate 5 tables with chairs, arranged around the perimeter of the room, and have two (2) telephone lines for direct in-coming and outgoing calls, and access to three (3) high-speed internet connections. One (1) registration area set up near/adjacent to the general session room. 2 tables skirted, four (4) chairs and two waste receptacles. Registration area is to be set up/available by 4 p.m. on Day One (Sunday), and remain set-up and available through conclusion of conference on Day Six (Friday). 2. Meeting Space A total of nine (9) meeting spaces will be required: One (1) General Session Room - a spacious, square shape room large enough to accommodate 130 people set in crescent-round style seating, (6 people per round table), reserved faculty table in front of room with seating for six (6), and staff table in back of room with seating for (4). The room must be large enough to accommodate LCD Projector package (to include LCD projector, screen, AV cart, multiplug extension cord, at least one "Iavalier' microphone and two stationary microphones, and audio sound system). Room must be available on Day Two (Monday), Day Three (Tuesday), Day Four (Wednesday), Day Five (Thursday), and Day Six (Friday). On Day Six, the room is needed only until 1 p.m. This room will need to be partitioned into eight separate areas on Day Three (Tuesday), and portions of Days Four (Wednesday) and Day Five (Thursday) and set up with power to use eight (8) laptop computers. Eight (8) Breakout Rooms - each room should be large enough to accommodate 15 people each, set in conference-room style. Each breakout room must have electrical outlets sufficient to plug in 14 laptop computers supplied by the NLRB and have one (1) flipchart package (easel, markers and post-it type flip chart paper). The breakout rooms must be available from Day Two (Monday) through Day Six (Friday). The NLRB will provide its own video cameras and use them in the breakout rooms during the conference. 3. Awards Ceremony: Day Two (Monday) One (1) room large enough to accommodate 130 people. Hor d'oeurves and one to two cash bars from 5:30 - 7:30 p.m. A standing podium with microphone, and two (2) skirted tables set-up at one end of room. Please provide menus and pricing. (Note: The Federal Government policy does not permit a guaranteed amount of food and beverage revenue.) 4. Light Refreshments: Days Two, Three, Four, and Five. Please provide menus and pricing. (Note: The Federal Government policy does not permit a guaranteed amount of food and beverage revenue.) • Mid-morning refreshments on Days Two, Three, Four, and Five, and Six • Afternoon refreshments on Days Two, Three, Four, and Five. 5. Parking: Overnight parking for approximately 20-25 cars. 6. Miscellaneous Requirements: i. The hotel will provide additional services that may arise from requests for copying and audiovisual supplies. ii. The hotel will provide marquees or signs identifying the location of all meeting rooms and a copy of the hotel floor plan shall be provided to each participant at check-in. iii. Hotel amenities, above the requirements will be considered in the evaluation of the overall technical capabilities BASIS FOR AWARD The NLRB intends to award a Firm Fixed Price Contract. The objective of the NLRB is to select the offer that represents the best value to the Government while meeting or exceeding the requirements. All evaluation factors and their relative importance are set forth in this solicitation. A site visit of the facility may be conducted prior to award. The evaluation factors are listed in order of importance. An integrated assessment of quotes using all evaluation factors found in the solicitation will be the basis for award. The award may be made based on the initial submission, with or without discussion, so contractors should submit quotes that clearly meet or exceed the requirements of the SOW. All responsible sources may submit a quote which shall be considered by the NLRB. All quotes must confirm in their offer that the facility is compliant with the Hotel and Motel Fire and Safety Act of 1990 (Public Law 101-391)(15 U.S.C. 2201 et seq.) and the American with Disabilities Act (ADA)(Public Law 101-336)(42 U.S.C. 12101 et seq.) The NLRB is a tax exempt entity; please do not include taxes in quotes. To be eligible for an award, the contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or email at http://www.ccr.gov. A DUNS (Dun and Bradstreet) number is required in order to register. EVALUATION CRITERIA The award will be made to the responsible quote whose offer is evaluated as the best value to the Government based on the factors set forth below. Quotes that exceed the NLRB requirements may receive additional points under Technical Capabilities. These factors are listed in order of importance: 1. Past Performance - The contractor shall provide a list of three recent contracts, that exemplify accomplished activities related to or similar to the activities identified in the SOW. The contact information for each reference shall include: Contract Type Contract Value Agency/Company Name Agency/Company Point of Contact Name and Telephone Number Duration of Contract Type of Services Provided List of any problems encountered on each contract and the contractor's corrective action. 2. Technical - a) Quote will be evaluated for ability to provide all contract requirements, the ability to provide required services on the dates specified, and the size and layouts of meeting rooms and conference office space. b) Quality of services - Observation of the proposed facilities; technical support; primary point of contact to address NLRB questions/concerns. c) Accommodations - The quality, general maintenance and appearance of the facilities; the convenience of the meeting room locations; the atmosphere of the meeting rooms (windows, light, etc.); availability of onsite parking (cost and convenience); cash bar and menu selections and pricing. d) Location - Downtown and within walking distance of restaurants, proximity to airport and availability of reasonably priced transportation to airport. 3. Proposed total price - realistic, fair and reasonable in comparison to same or similar services. Pricing should be provided for the following contract line items (CLIN): CLIN 0001 Hotel Lodging for six day period (five nights) in accordance with the Solicitation CLIN 002 Meeting Space Rental to include: One Office and Registration Area for each day; One General Session Room (130 ppl) ; and Eight Breakout Rooms in accordance with the Solicitation CLIN 003 Food and Beverages - Light Refreshments (4 days) in accordance with the Solicitation CLIN 004 Audio Visual and Flipchart Services and Equipment in accordance with the Solicitation CLIN 005 Awards Ceremony - One Large Room (130 ppl); Hor d'oeurves and one - two cash bars; standing podium wi/microphone ; and two skirted tables CLIN 006 Miscellaneous expenses (ie. extra AV equipment, additional meeting room needs, etc.) All non price evaluation factors when combined are significantly more important than price. However, as Quotes become more equal in their technical merit, the proposed price may become the determining factor for award. The Government intends to evaluate quotes and make award without discussions, however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. QUOTE SUBMISSION Quotes are to provide the requested information in a brief and succinct manner making every effort to present information clearly and concisely. Quotes should address the requirements of the project consistent with the evaluation criteria described in this Solicitation (See 52.212-2, Evaluation - Commercial Items). Lengthy narratives containing extraneous information are discouraged. All information shall be submitted in English. Quotes that do not follow this format, or otherwise include documentation that is difficult to read, may be rejected or may result in a lower evaluation rating. A hotel contract shall be submitted with your technical and price quote, along with descriptive literature to include sleeping rooms, meeting room space, diagrams and square footage and menus. Quotes must indicate whether the hotel agrees to the right of the NLRB to use its own audiovisual equipment and if there is a cost incurred for connection to hotel sound system or other charges connected to the use of own equipment. The Quoter shall submit a separate technical and cost quote that addresses the Statement of Work. Quotes are due by 4:00pm EST on December 18, 2009; via email to Delfina St Clair at Delfina.St.Clair@nlrb.gov or mail. Quotes should be submitted in either Adobe Acrobat or Microsoft Word 2003. Quotes may be shipped or mailed to the following address: National Labor Relations Board Acquisitions Management Branch 1099 14th Street, NW, Room 6100 Washington, DC 20570 Attn: Delfina St Clair. The BOP Contracting Officer will serve as point of contact for inquiries and clarifications. To the extent prospective Quoters have questions or comments regarding this Solicitation, they are to be submitted in writing via email to the Contracting Officer at Delfina.St.Clair@nlrb.gov by 12:00 noon EST on December 10, 2009. At the NLRB's discretion, the NLRB may provide written responses to the questions or comments as appropriate. Any such responses will be posted as an Amendment to the Solicitation. SOLICITATION PROVISIONS/CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more provisions/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 provision or clause may be accessed electronically at this address: www.arnet.gov. Contractors are encouraged to review the applicable provisions and clauses. 52.212-1 Instructions to Offerors Commercial Items (JUNE 2008) 52.212-2 Evaluation Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certifications Commercial Items (JUL 2009) ** The contractor is responsible for including a complete copy of the Representations and Certifications with their offer or indicate certifications in ORCA at https:orca@bpn.gov** 52.212-4 Contract Terms and Conditions- Commercial Items (MAR 2009) 52.202-1 Definitions (JUL 2004) 52.203-3 Gratuities (NOV 2006) 52.203-12 Limitation On Payments To Influence Certain Federal Transactions (SEP 2007) 52.204-7 Central Contractor Registration (JAN 2007) 52.204-4 Printed or Copied Double-Sided on Recycled Paper (NOV 2006) 52.219-1 Small Business Program Representations (MAY 2004) 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (MAR 2009) The following additional FAR clauses cited in 52.212-5 are applicable: 52.203-13 Contractor Code of Business Ethics and Conduct (DEC 2008) 52.222-50 Combating Trafficking in Persons (FEB 2009) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (FEB 2009) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.223-15 Energy Efficiency in Energy-Consuming Products (DEC 2007) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2002)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NLRB/DA/OPFB/RFQ-NLRB-OPS-10-001A/listing.html)
- Place of Performance
- Address: 1099 14th Street, NW, Room 6100, Washington, District of Columbia, 20570, United States
- Zip Code: 20570
- Zip Code: 20570
- Record
- SN02016341-W 20091205/091203235940-227eee46568a31689f694601e1ad6e42 (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 |