Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2010 FBO #3018
SOLICITATION NOTICE

X -- NLRB Senior Agent Conference (Atlanta, GA)

Notice Date
2/26/2010
 
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
RFP-NLRB-OPS-10-002
 
Archive Date
3/31/2010
 
Point of Contact
Delfina St. Clair, Phone: 2022734212, Douglas S. Wolf, Phone: 2022734218
 
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
DESCRIPTION: 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 being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP) # NLRB-OPS-10-002. 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 Senior Agent Conference. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38, effective February 1, 2010. 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 Senior Agent Conference is to provide substantive and procedural training to senior employees. The Agency's most recent Senior Agent Conference was held in July 2002 at the Westin Horton Plaza Hotel at 910 Broadway Circle, San Diego, CA. Conference accommodations for about 150 individuals which includes providing about 150 sleeping rooms at or below the government per diem rate for a five-day, four night period, beginning on Monday and about 35 sleeping rooms on the prior Sunday; food and beverage services as described in section D below. Conference Rooms include: one (1) general session room to accommodate 150 individuals, access to one (1) high speed internet connection, an LCD Projector package; six (6) breakout rooms to accommodate 25 individuals with each break-out room having one LCD Projector Package, one (1) flipchart package and two (2) high speed internet connections; one (1) administrative office for use by the participants to include tables, chairs set up as outlined below, and two (2) telephone/fax lines for direct in-coming and out-going calls, and access to four (4) 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: August 9 through 13, 2010 or September 13 through September 17, 2010. The conference dates will be determined by the Hotel's availability. Property Details: The hotel must provide conference accommodations (meeting rooms and related services) for 150 individuals, and lodging for 150 people. It must be located in downtown Atlanta, GA. Dining, shopping and entertainment must be within reasonable walking distance or accessible by public transportation. The hotel must be no more than fifteen (15) miles from the Hartsfield International airport. The hotel needs to be accessible by public transportation to and from the airport. Participants: Approximately 150 total participants: Managers and employees from each of the Regional, Sub-Regional Offices and Resident Offices, Board and General Counsel's Headquarters divisions, and outside instructors. Requirements: Part A: Hotel Lodging: Lodging will be selected for only one location in downtown Atlanta, GA. August 9 through 13, 2010 150 sleeping rooms per night August 8, 2010 35 sleeping rooms per night OR September 13 through September 17, 2010 150 sleeping rooms per night September 12, 2010 35 sleeping rooms per night 25 sleeping rooms at or below the government rate should also be available for those participants wishing to check in on the Friday before the conference begins and/or to check out the Sunday after the conference ends. All sleeping rooms must have high speed Internet access. Part B: Conference Format: Attendees will be checking-in on either Sunday or Monday at Noon, and checking-out on Friday morning. 1. Office and Registration Area One (1) lockable office which can be used by participants and also be used to store conference materials such as AV equipment, easels etc.). This space must be available beginning at 9:00 a.m. on Day One (Monday) on 24-hour hold through conclusion of conference at Noon (12:00 p.m.) on Day Five (Friday). ** Room must be able to accommodate five (5) tables with five (5) chairs arranged around the perimeter of the room, and have two (2) telephone/fax lines for direct in-coming and out-going calls, and access to four (4) 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 Noon (12:00 p.m.) on Day One (Monday), and remain set-up and available through conclusion of conference at Noon (12:00 p.m.) on Day Five (Friday). 2. Meeting Space A total of seven (7) meeting spaces, preferably with windows, will be required: One (1) General Session Room *spacious, square shape room required* - room large enough to accommodate 150 people set in crescent-round style seating, (6 people per round table), reserved faculty table in front of room with seating for four (4), and staff table in back of room with seating for ten (10). **Room must be large enough to accommodate LCD Projector package (to include LCD projector, big screen, AV cart, multi-plug extension cord, at least one (1) "lavalier" microphone, one (1) podium with microphone, one (1) stationary tabletop microphone, one (1) hand-held microphone and audio sound system). The room must allow for at least one (1) high speed internet connection. The room may be used for two of the six break-out rooms. Room must be available on Day One (Monday), Day Two (Tuesday), Day Three (Wednesday), and Day Four (Thursday). Six (6) Break-out Rooms - Each room should be large enough to accommodate 25 people each, set in conference-room style. **Each room must be large enough to accommodate LCD Projector package (to include LCD projector, screen, AV cart, multi-plug extension cord and audio sound system) and one (1) flipchart package (easel, markers and post-it type flip chart paper). Each room must allow for at least two (2) high speed internet connections. Rooms must be available from Day Two (Tuesday) through Day Five (Friday). 3. Awards Ceremony: Day One (Monday) One (1) room large enough to accommodate 150 people. Hor d'oeurves and a cash bar 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. **The Federal Government policy does not permit a guaranteed amount of food and beverage revenue. 4. Anticipated Light Refreshments: Days One, Two, Three, Four and Five. Please provide menus and pricing. **The Federal Government policy does not permit a guaranteed amount of food and beverage revenue. o Continental Breakfast on Days Two, Three, Four, and Five; o Mid-morning replenishment of beverages on Days Two, Three, Four, and Five; and o Afternoon refreshments on Days One, Two, Three, and Four. 5. Parking: Daily Parking for approximately 20-25 cars and Overnight Parking for approximately 20-25 cars. 6. Exercise Facility: An on-premises exercise facility with state of the art equipment must be available for all conference participants. 7. Business Center: A business center with high speed Internet access must be available for all conference participants. For this contract action, the NLRB will not consider or accept a proposal submitted by an offeror that is not a Hotel. The RFQ does not require Event Planning Services or 3rd Party Event Planning or Consultant Services. BASIS FOR AWARD: The NLRB intends to award a Firm Fixed Price Contract. The objective of the NLRB is to select the proposal 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 proposals 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 proposals that clearly meet or exceed the requirements of the SOW. All responsible sources may submit a proposal which shall be considered by the NLRB. All proposals 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 Federal agency; please do not include any sales taxes in proposals for which the Federal Government is exempt. 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 Offeror whose proposal is evaluated as the best value to the Government based on the factors set forth below. Proposals that exceed the NLRB requirements may receive additional consideration under Technical Capabilities. These factors are listed in order of importance. 1. Technical: (a) Proposal 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) Lodging Rooms: their size, layout, quality and appearance, and amenities (e.g., no charge for local calls or use of internet/WIFI connections). (c) Hotel Facilities/Meeting Room: The quality and appearance of the hotel facilities; the convenience of the general session and breakout rooms, location and office space; the atmosphere of the meeting rooms (size, windows, light, sound, obstructions, disruptive construction, etc.); availability and quality of complimentary onsite parking, exercise facility and business center; cash bar and menu selections and A/V equipment. (d) Location: Walking distance to a variety of restaurants, entertainment and shopping areas, commuting ease from major Airport, safety of hotel neighborhood, and located in the downtown Atlanta, Georgia area. 2. 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 Value - Agency/Company Name - Type of Services Provided - List of any problems encountered on each contract and the contractor's corrective action. 3. Proposed Total Price should be 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 four nights for 150 and 1 night for 35 in accordance with the Solicitation. CLIN 002 Meeting Space Rental to include one office; one general session room for 150 people; six break-out rooms for 25 people as described above. CLIN 003 Food and Beverages - Continental Breakfast for four (4) days; mid-morning beverage replenishment for four (4) days; afternoon refreshments for four (4); and an Awards Reception with Hor d'oeurves and cash bar for 150 people one evening in accordance with the Solicitation. CLIN 004 Audio Visual/Flipchart services and equipment in accordance with the Solicitation. CLIN 005 Miscellaneous Expenses (e.g., extra AV equipment, copying of papers, Office telephones; internet connections, etc.) All non-price evaluation factors when combined are significantly more important than price; however, as proposals become more equal in their technical merit, the proposed price may become the determining factor for award. The Government intends to evaluate proposals 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. In case of a receipt of a large number of proposals, the evaluation team will evaluate proposals in phases in order to progressively reduce the number of proposals being considered for contract award. First, technical proposals will be evaluated using streamlined methods to eliminate those proposals that are either unacceptable or are not considered to be as good as proposals remaining in the competition. a. If a large number of offers still remain, price proposals will be evaluated to eliminate those proposals that are either unacceptable or are not considered to be valued as well as proposals remaining in the competition. b. If a large number of offers still remain, past performance will be evaluated to eliminate those proposals that are not sufficiently competitive to be selected for award. c. After the number of offers is reduced to a reasonable number, if needed, site visits and/or discussions will be conducted with those remaining in the competition. The decision to eliminate any offers through this contingency procedure does not constitute the establishment of a competitive range, and will not obligate the NLRB to conduct discussions or to solicit or entertain proposal revisions. PROPOSAL SUBMISSION: Proposals are to provide the requested information in a brief and succinct manner, making every effort to present information clearly and concisely. Proposals should address the requirements of the project consistent with the evaluation criteria described in this Solicitation. Lengthy narratives containing extraneous information are discouraged. All information shall be submitted in English. Proposals 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. If a hotel contract is necessary, it shall be submitted with your technical and price proposal, along with descriptive literature to include sleeping rooms, meeting room space, diagrams, and square footage and menus. Proposals must indicate whether the hotel agrees to the right of the NLRB to use its own audiovisual and computer 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 Offeror shall submit a separate technical and cost proposal that addresses the Statement of Work. Proposals are due by 4:00 p.m.. EST on March 16, 2010 via email to Delfina St Clair at Delfina.St.Clair@nlrb.gov or by regular U.S. mail. Proposals should be submitted in either Adobe Acrobat or Microsoft Word 2003. Proposals may be shipped or mailed to the following address: National Labor Relations Board Acquisitions Management Branch 1099 14th Street, NW, Room 7750 Washington, DC 20570 Attention: Delfina St Clair The BOP Contracting Officer will serve as point of contact (POC) for inquiries and clarifications. To the extent prospective Offerors have questions or comments regarding this Solicitation, they are to be submitted in writing via email to the Contract Office at Delfina.St.Clair@nlrb.gov by 12:00 noon EST on March 8, 2010. 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. 52.212-2 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 of Executive Orders Commercial Items (MAR 2009) 52.215-1 Instructions to Offerors - Competitive (JAN 2004) 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/RFP-NLRB-OPS-10-002/listing.html)
 
Place of Performance
Address: 1099 14th Street, NW, Room 7750, Washington, District of Columbia, 20570, United States
Zip Code: 20570
 
Record
SN02078272-W 20100228/100227000111-525f8c97b858ea9faecb8fe210c6a91c (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.