Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2012 FBO #3869
MODIFICATION

X -- NLRB Division of Operations Management Conference

Notice Date
6/26/2012
 
Notice Type
Modification/Amendment
 
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-12-005
 
Archive Date
6/13/2012
 
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
Amendment 1: The purpose of this notice is to amend the location requirements for the hotel to be at a minimum of 50 miles but no more than 250 miles outside of the Washington, DC area. Proposals are due June 29, 2012 at 2:00pm. Previous submissions will be accepted or may be revised and resubmitted if necessary. Description(s): 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-12-005. This RFQ will result in the award of a Firm Fixed Price contract for hotel lodging, conference meeting space, and catering for the National Labor Relations Board's Division of Operations Management Headquarters Staff Conference. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59, effective May 15, 2012. OVERVIEW The National Labor Relations Board (NLRB) 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 conference is to provide an opportunity for Headquarters' staff of the Division of Operations Management to engage in strategic planning and to participate in self-development activities that will enable them to more effectively accomplish the Agency's mission. Conference Dates: July 30, 2012 through July 31, 2012. Property Details: The hotel must provide conference accommodations (meeting rooms and related services) and lodging for approximately 30 people. It must be located within a two-hour commute of the Washington Metro area and within walking distance of a variety of restaurants. Participants: There will be 30 employees from the Headquarters Division of Operations Management. Conference accommodations should include: 1) 30 spacious sleeping rooms (as described below in Part A) at or below the government per diem rate for July 30 and 31, 2012. Attendees will be checking in on July 30th and checking out on July 31st.; 2) Food and beverage services as described below in Part B; 3) A general session room to accommodate approximately 30 people and 3 small breakout rooms to accommodate 7-10 individuals in each room (as described below in Part B). REQUIREMENTS Part A: Hotel: Conference location will be selected for one location within a two-hour commute of the Washington Metro area and within walking distance of a variety of restaurants on July 30 and 31, 2012. The hotel must provide sleeping rooms for 1 night for approximately 25 participants with check-in on Monday, July 30, 2012. All rooms shall be furnished with well-appointed, comfortable furnishings. All rooms must include free high speed internet access (WIFI preferred). Additionally, the hotel must include complimentary on-premises exercise facilities 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. The sleeping accommodation pricing will be less than, or equal to, the Federal government per diem rate for the geographic location. Offerors must include in their response whether or not their facility has any available smoking rooms and rooms to accommodate the handicapped, which may or may not be needed for this conference. Part B: Conference Format: Attendees will arrive by 10:30 a.m. on July 30, 2012 and depart by 5:00 p.m. on July 31, 2012. 1. Office and Registration Area One (1) lockable administrative 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 10:30 a.m. on Monday, July 30th and on 24-hour hold through 3:00 p.m. on Tuesday, July 31st. This room shall be able to accommodate a conference style table and at least 4 chairs, and have two (2) telephone lines for direct in-coming and out-going calls, and free WIFI internet, if needed. One (1) registration area set up adjacent to the General Session room. One (1) skirted table, two (2) chairs and one (1) maintained waste receptacles. This registration area is to be available by 10:00 a.m. on Monday, July 30th and remain available through the conclusion of conference Tuesday, July 31st. 2. Meeting Space A total of four (4) meeting spaces will be required: Conference Rooms, all rooms with free high speed internet access (WIFI preferred) or equal, to include: (1) General Session room to accommodate 30 individuals to be available Monday and Tuesday is to be set up in crescent-round style with seating for four (4) people per round table, with each table having a pitcher of ice water and four (4) glasses; a reserved faculty table in front of the room with seating for four (4); and a staff table in the back of room with seating for four (4). This General Session room shall include a 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). (2) Three (3) small breakout rooms to accommodate approximately 7-10 individuals in each room and to include in each room a flipchart package (easel, markers and post-it type flip chart paper); 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. 4. Light refreshments: Light refreshments will be made available for a mid-afternoon break on Monday, July 30 and for mid-morning and mid-afternoon breaks on Tuesday, July 31. Refreshments should include both decaf and regular coffee and tea, assorted soft drinks, assorted juices, baked goods, bagels and cream cheese, protein food items, and fresh fruit. (Note: Federal Government policy does not permit a guaranteed amount of food and beverage revenue.) 5. Parking: Free Self-Parking for participants is desirable. 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 arrival. 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 quote 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. 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 Rooms - 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 and quality of complimentary onsite parking; menu selections for mid-morning and afternoon breaks and pricing. d) Location - Within Washington Metro area and within walking distance of Metro stations and restaurants. 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 - realistic, fair and reasonable in comparison to same or similar services. Pricing should be provided for the following contract line items (CLIN): CLIN 001 Hotel lodging for two (2) days and one (1) night in accordance with the Solicitation. CLIN 002 Meeting Space Rental to include: One Office and Registration Area, one general session room and four breakout rooms in accordance with the Solicitation CLIN 003 Food and Beverages - Light Refreshments (2 days) in accordance with the Solicitation CLIN 004 Audio Visual and Flipchart Services and Equipment in accordance with the Solicitation CLIN 005 Miscellaneous expenses (i.e. 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. 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 (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. If necessary, 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 May 29, 2012; 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 7756 Washington, DC 20570 Attn: Delfina St Clair. The NLRB 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 May 23, 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 (APR 2011) ** The contractor is responsible for including a complete copy of the Representations and Certifications with their offer or indicates certifications in ORCA at https:\\orca@bpn.gov** 52.212-4 Contract Terms and Conditions- Commercial Items (JUN 2010) 52.202-1 Definitions (JUL 2004) 52.203-3 Gratuities (APR 1984) 52.203-12 Limitation On Payments To Influence Certain Federal Transactions (SEP 2007) 52.204-7 Central Contractor Registration (APR 2008) 52.204-4 Printed or Copied Double-Sided on Recycled Paper (AUG 2000) 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 (APR 2011) The following additional FAR clauses cited in 52.212-5 are applicable: 52.203-13 Contractor Code of Business Ethics and Conduct (APR 2010) 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 (JUL 2010) 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 (OCT 2010) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NLRB/DA/OPFB/RFQ-NLRB-OPS-12-005/listing.html)
 
Place of Performance
Address: 1099 14th Street, NW, Washington, District of Columbia, 20570, United States
Zip Code: 20570
 
Record
SN02786230-W 20120628/120626234911-07fd9cf083c6b7880c6bce2be3cb5ab0 (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.