DOCUMENT
X -- Carey Consensus Training - Attachment
- Notice Date
- 6/27/2013
- Notice Type
- Attachment
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of Veterans Affairs;Acquisition Service DC;Office of Acquisition Operations (003B));810 Vermont Avenue, NW;Washington DC 20420
- ZIP Code
- 20420
- Solicitation Number
- VA10113Q0178
- Response Due
- 7/11/2013
- Archive Date
- 9/9/2013
- Point of Contact
- Joan Dixon
- E-Mail Address
-
6-1339<br
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in the Federal Acquisition Regulation (FAR) 12.603, Streamlined Solicitation for Commercial Items and FAR Subpart, 13, Simplified Acquisition Procedure. This announcement constitutes the only solicitation; a written solicitation will not be issued. The Department of Veteran Affairs (VA) RFQ solicitation number is: VA101-13-Q-0178 and is solicited for Full and Open competition. This solicitation documents and incorporates all mandatory commercial item provisions and clauses in effect through Federal Acquisition Circular 2005-68; effective June 26, 2013 and VA Acquisition Regulation (VAAR). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.va.gov/oal/library/vaar. The associated North American Industrial Classification System (NAICS) code is 721110, Hotels (except Casino Hotels) and Motels with a small business size standard of $30.0 million. This requirement is being solicited as unrestricted; full and open competition. All Offerors that provide a quotation agree that the requirement and services can be provided in its entirety, for the specified performance period. Offerors that cannot provide the complete requirement and services during the performance period of August 19 through 23 (week 1) and August 26 through, 2013 (week 2) should not provide a quotation, as the quotation will not be considered. The Offeror shall provide the following requirements: The Department of Veterans Affairs' Enterprise Management Office requires conference meeting rooms and audiovisual Services for Consensus Weeks Review Sessions. The place of performance shall be at the Contractor's facility. The period of performance is August 19 through 23, 2013 (week 1) and August 26 through 30, 2013 (week 2). Hours of operation: 8:00 AM to 5:00 PM. Location: Venue must be located in the National Capitol Region (District of Columbia). The hotel shall have accessible transportation for airports and within 2-3 walking blocks or within 0.5 miles from metro. Facility Set-Up: WEEK ONE and WEEK TWO (1) Consensus initial meeting room will be required all day on Monday, August 19, 2013 and Monday August 26, 2013: The contractor shall provide a set-up to accommodate thirty-five (35) to forty-two (42) participants (crescent rounds) including five or six tables to accommodate seven (7) participants per table with enough space to include training materials and laptops per individual. The table setup shall include pads, pens, pitcher water and a waste paper basket. Equipment: Audiovisual requirements support package shall include, but not be limited to either a projector for connection to VA laptop or adaptability to large television monitors, one projector table; power cord, screen ( support package); instructor table in front of the room; and possible flip chart stands for each table. (2) Consensus Teams break-out meeting rooms will be required Tuesday through Thursday each week for the entire day. The breakout rooms will be required for a half day (8:00am-12:00noon) on both Fridays: The contractor shall provide five (5) separate breakout rooms to accommodate thirty-five (35) each week. There will 7 persons working in each room which will require one large table that provides enough working space for individual laptops and working materials; chairs, water pitchers and glasses and a waste paper basket. Equipment: Audiovisual requirements support package, shall include, but not limited to, either a projector for connection to VA laptop or adaptability to large television monitors, one projector table; power cord, and possible one flip chart stand per room. The table setup to include pads, pens, pitcher water and a waste paper basket. Please Note: The Government is tax exempt. The purchase order contract line items (CLINs) are planned as follows: 0001: Consensus Initial Meeting Rooms for approximately 35 - 42 people for two (2) full days 0002: Breakout Rooms for 3.5 days to include set-up and service fees. (10 breakout rooms) 0003: Audiovisual requirements support package for four (4) full days and one (1) half day to include equipment, set-up, and necessary support to include service fees. 0004: Optional breakout room 4.5 days to include set-up and service fees The VA intends to award one Firm Fixed Price purchase order. The award is based on the lowest price, technically acceptable (LPTA). Award will be made to the offeror offering the lowest evaluated price of quotes meeting or exceeding the technical acceptability standards for non cost factors. Technical quotes will be rated as acceptable or unacceptable; evaluation factors are of equal importance. In order to determine that the offeror's quote is technically acceptable, the offeror shall submit a technical quote that addresses and includes the following information: 1. Accommodations: Number of rooms to comfortably accommodate 35-45 participants with laptops 2. Audiovisual: Can meet the established requirement 3. Location: Accessible transportation for airports and within 2-3 walking blocks or within 0.5 miles from Metro. Solicitation Provisions / Clauses: This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-68, effective June 26, 2013. The following FAR provisions/clauses and supplemental agency VAAR provisions/clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (FEB 2012) FAR 52.212-2, Evaluation- Commercial Items (JAN 1999) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (DEC 2012) FAR 52.212-4, Contract Terms and Conditions - Commercial Items (JUN 2013) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items (JAN 2013) The following clauses apply and are incorporated by reference: FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (JUN 2013) FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors, Debarred, Suspended or proposed for Debarment (DEC 2010). FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222.21 Prohibition of Segregated Facilities (FEB1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) FAR 52.222-37 Employment Reports on Veterans (SEP 2010) FAR 52.222-41 Service Contract Act of 1965 (NOV 2007) FAR 52.223-18 Encouraging Contractor Polices Ban Text Messaging While Driving (AUG 2011) FAR 52.225-13 Restrictions on certain Foreign Purchases (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer-CCR (OCT 2003) VAAR 852.232-70 Electronic Submission of Payment Request (NOV 2012) VAAR 852.237-70 Contractor Responsibilities (APR 1984) VAAR 852.252-71, Representatives of Contracting Officers (JAN 2008 VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008) VAAR 852.273-70, Late Offers (JAN 2003) VAAR 852.273-74 Award without Exchange (JAN 2013) OFFEROR MUST COMPLETE AND SUBMIT WITH ITS QUOTES, FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS WHICH ARE AVAILABLE ELECTRONICALLY AT: http://farsite.hill.af.mil and http://www.acquisition.gov/far/ Contractors not registered in the System for Award Management at the time the requirement is anticipated to be awarded will not be considered. Contractors may register with SAM by accessing www.sam.gov or by calling 1-866-606-8220. Quotation Submission: Questions and submissions will be accepted in only in electronic form to Joan Dixon, Contract Specialist at email Joan.Dixon@va.gov. All quotes shall include prices(s) (unit price, extended price, total price) a point of contact: name, phone number & e-mail, Cage Code, Duns Number, business size, and payment terms. The offeror's proposal shall consist of the following information which is divided into two parts: Technical Proposal, and Price Proposal. The Technical Proposal shall include title page, detail table of contents, preface and shall not exceed 10 pages, utilize Times New Romans and size 12 fonts. Questions: Questions shall be submitted by Tuesday July 2, 2013 no later than (NLT) 5:00 p.m. Eastern Daylight Time (EDT). Quotation Submission Deadline: Quotations must be received by Thursday July 11, 2013 NLT 12:00 p.m. Eastern Daylight Time (EDT). Any responses received after the closing times and dates listed above will not be considered. The points of contact: Christian Fowler, Team Lead - office (202) 632-5468 and email: Christian.Fowler@va.gov and Joan Dixon, Contract Specialist - office (202) 632-5423 and email:Joan.Dixon@va.gov. NOTE: Communication with other officials may compromise the integrity and competitiveness of this acquisition, which could result in the cancellation of the solicitation and/or exclusion of your quotation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA10113Q0178/listing.html)
- Document(s)
- Attachment
- File Name: VA101-13-Q-0178 VA101-13-Q-0178.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=840613&FileName=VA101-13-Q-0178-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=840613&FileName=VA101-13-Q-0178-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA101-13-Q-0178 VA101-13-Q-0178.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=840613&FileName=VA101-13-Q-0178-000.docx)
- Record
- SN03101164-W 20130629/130627235120-fbfb0832bea0e348216571e7a120036c (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 |