SOLICITATION NOTICE
X -- NLRB 2012 Managers' Conference
- Notice Date
- 5/15/2012
- 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-OPS-12-004
- Archive Date
- 6/9/2012
- Point of Contact
- Delfina St. Clair, Phone: 2022734212
- E-Mail Address
-
delfina.st.clair@nlrb.gov
(delfina.st.clair@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 Quote RFQ-NLRB-12-004. This RFQ 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 Managers' Conference. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59, effective May 15, 2012. Overview: T he 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 Managers' Conference is to provide strategic management development training. Conference accommodations for 150-160 individuals which includes providing 90-95 sleeping rooms at or below the government per diem rate for a three day period, beginning on Sunday or Monday; food and beverage services as described below. Conference Rooms include one (1) general session room to accommodate 150 - 160 individuals as well as LCD Projector package and two flipchart packages; six (6) breakout rooms to accommodate 20-25 individuals each, one (1) flipchart package; one (1) large break-out room to accommodate 50-60 individuals LCD Projector package and two flipchart packages; as well as and 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. Conference Dates : July 16 through July 20, 2012. Property Details : The hotel must provide conference accommodations (meeting rooms and related services) for 150-160 individuals, and lodging for 90-95 people. It must be located in downtown Washington, DC, within walking distances of NLRB Headquarters at 1099 14 th St. NW, Washington, DC. The hotel should be within walking distance of a variety of restaurants. Sleeping rooms should be clean, well furnished and include usual amenities for overnight accommodations. The hotel must also provide complimentary refrigerators to guests with medical requirements. All rooms must include free high-speed internet access (WIFI preferred). In addition, the hotel must include complimentary on-premises exercise facility with state of the art equipment such as elliptical trainers, treadmills, bikes and other strength training equipment that are properly maintained and in good working condition. Participants : Approximately 150-160 total participants: Managers from each of the Regional and Sub-Regional Offices, NLRB Managers from the Board and General Counsel's divisions, and outside instructors. Requirements: Part A: Hotel Lodging: Lodging will be selected for one location only in downtown Washington, D.C. Monday, July 16 through Friday, July 20, 2012 90-95 sleeping rooms per night Part B: Conference Format: Attendees will be checking-in on Monday afternoon, and checking-out on Friday morning. Some attendees may check in Sunday afternoon. 1. Office and Registration Area One (1) lockable office which can be used to hold small meetings for the conference planning staff of five (5) individuals and also be used to store conference materials such as AV equipment, easels etc.). This space must be available beginning at 10:00 a.m. on Day One, and on 24-hour hold through conclusion of conference on Day Five. (** 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 out-going 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. Registratin area is to be set up/available by 1pm on Day One, and remain set-up and available through conclusion of conference on Day Four. 2. Meeting Space A total of eight (8) meeting spaces will be required: One (1) General Session Room *spacious, square shape room required* - room large enough to accommodate lavaliere " microphone and two stationary microphones, and audio sound system) and two (2) flipchart packages (easel, markers and post-it type flip chart paper). This room may also be used as a breakout room for two (2) groups. Six (6) Breakout Rooms - each room should be large enough to accommodate 15 - 20 people each, set in conference-room, or class-room style. (**Rooms 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). One (1) Session Room - large enough to accommodate 60 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). (**Room must be large enough to accommodate LCD Projector package (to include LCD projector, screen, AV cart, multi-plug extension cord, at least one " lavaliere " microphone and two stationary microphones, and audio sound system) and two (2) flipchart packages (easel, markers and post-it type flip chart paper)). 3. Awards Ceremony: Day One One (1) room large enough to accommodate 150 - 160 people. Hor d'oeurves and a cash bar from 5:00 - 7:00 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: Please provide menus and pricing. **The Federal Government policy does not permit a guaranteed amount of food and beverage revenue. • Morning Beverages (coffee, tea, water) Day 2 through Day 5 • Mid-morning refreshments Days 2, 3, and 4 • Afternoon refreshments on Day 1 through Day 4 5. Managers' Banquet: Day Three, please provide menus and pricing. **The Federal Government policy does not permit a guaranteed amount of food and beverage revenue. • 5:30 - 8:30 pm - Room large enough to accommodate 150 - 160 people. Three course dinner (salad, entrée and dessert). A standing podium with microphone, and two (2) skirted tables set-up at one end of room. For this contract action, the NLRB will not consider or accept a proposal submitted by a quoter that is not a Hotel. The RFQ does not require Event Planning Services or 3 rd 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 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 Federal agency; please do not include any sales taxes in quotes 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 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 consideration under Technical Capabilities. These factors are listed in order of importance. 1. 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) Lodging Rooms : their size, layout, 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 meeting room location and office space; the atmosphere of the general session room (size, windows, light, sound, obstructions, disruptive construction, etc.); availability and quality of complimentary onsite parking; cash bar and menu selections and A/V equipment. (d) Location : Walking distance to a variety of restaurants, commuting ease from Airport, safety of hotel neighborhood, and located in the downtown Washington, DC 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 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. 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 (5) days (4 nights) in accordance with the Solicitation. CLIN 002 Meeting Space Rental to include one office; one general session room for 160 people; six breakout rooms for 15 - 20 people; one session room for 60 people; one room for award ceremony; and one room for Manager's banquet for 150-160 people as described above. CLIN 003 Food and Beverages - light refreshments in accordance with the Solicitation, an Awards Reception with Hor d'oeurves and cash bar on one evening, and a plated sit-down dinner with a cash bar on another 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, additional meeting room space, 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. In case of a receipt of a large number of quotes, the evaluation team will evaluate quotes in phases in order to progressively reduce the number of quotes being considered for contract award. First, technical quotes will be evaluated using streamlined methods to eliminate those quotes that are either unacceptable or are not considered to be as good as quotes remaining in the competition. a. If a large number of offers still remain, price quotes will be evaluated to eliminate those quotes that are either unacceptable or are not considered to be valued as well as quotes remaining in the competition. b. If a large number of offers still remain, past performance will be evaluated to eliminate those quotes 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 quote revisions. 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. 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 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 Quoter shall submit a separate technical and cost quote that addresses the Statement of Work. Quotes are due by 4:00 p.m.. EST on May 25, 2012 via email to Delfina St Clair at Delfina.St.Clair@nlrb.gov or by regular 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 14 th Street, NW, Room 6100 Washington, DC 20570 Attention: Delfina St Clair The NLRB Contracting Officer will serve as point of contact (POC) 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 Contract Office at Delfina.St.Clair@nlrb.gov by 12:00 noon EST on May 22, 2012. 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 of 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-OPS-12-004/listing.html)
- Place of Performance
- Address: 1099 14th Street, NW, Washington, District of Columbia, 20570, United States
- Zip Code: 20570
- Zip Code: 20570
- Record
- SN02748605-W 20120517/120516000130-f1844c0691ab048465008d1f051d0eaf (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 |