DOCUMENT
V -- Department Of Veterans Affairs, Veterans Benefits Administration, Leadership Training - Attachment
- Notice Date
- 4/7/2014
- Notice Type
- Attachment
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
- ZIP Code
- 20006
- Solicitation Number
- VA101V14R0100
- Response Due
- 4/14/2014
- Archive Date
- 5/14/2014
- Point of Contact
- Elaine Judson
- E-Mail Address
-
9-5511<br
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation to negotiate a Firm Fixed Price type contract for Hotel Accommodations, Conference Space and Hotel Services located in the following geographic area: Atlanta, Georgia Request for Proposal VA101V-14-R-0100 is in accordance with FAR Subpart 12.6 -Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This is NOT a solicitation for Event Planning Services or 3rd Party Event Planning Services. The Department of Veterans Affairs, Veterans Benefits Administration (VBA) will not consider a proposal submitted by an offeror that is not a hotel. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable. The NAICS Code for this requirement is 721110 and the small business size standard is $7 million. This announcement/solicitation is solicited unrestricted, and constitutes the only solicitation document that will be issued. The Department of Veterans Affairs has a requirement for hotel accommodations, meeting space rental, and hotel services located in Atlanta, Georgia. The Department of Veterans Affairs, Veterans Benefits Administration, is sponsoring the "2014 Veterans Benefits Administration's Leadership Training." The hotel must accommodate 15 sleeping rooms for Sunday, May 4, 2014, up to 120 sleeping rooms Monday, Monday May 5, 2014, through Thursday, May 8, and 10 rooms on Friday, May 9, 2014. The hotel must provide all requirements specified for meeting needs below, and must provide lodging rates within the stated federal government per diem rate for FY 2014 of $133. Hotel Lodging: We need 15 sleeping rooms for Sunday, May 4, 2014. We need 120 rooms Monday, May 5, 2014, through Thursday, May 8, 2014. Ten rooms are also requested for the night of Friday, May 9, 2014. The resulting contract will be used to reserve the sleeping rooms. Rooms must be individual/private-sleeping rooms at the federal government per diem rate. The group should not be penalized for rooms not used. 5/4: 15 Rooms 5/5: 120 Rooms 5/6: 120 Rooms 5/7: 120 Rooms 5/8: 120 Rooms 5/9: 10 Rooms 5/45/55/65/75/85/9 1512012012012010 General Session: One general session room is required, approximately 4,000 square feet. Meeting space for the general session should be held on a 24-hour basis (some exclusions may apply if the hotel can guaranty that the room will be set one hour prior to the start of the general session each day). Room setup and AV equipment setup should be completed by 1:00 PM on Sunday, May 4, 2014. General session requirements begin at 7:00 am on Monday, May 5, 2014, through Friday, May 9, 2014. Set for 120 in crescent seating for six; there should be a head table (with 4 seats) on a riser to include a podium, with access to the riser by both ramp and steps. Ice water and glasses should be provided on each table with writing pads and pens. General session room must be without pillars/posts to obstruct view. Breakout Rooms: Four breakout rooms are needed Monday, May 5, 2014 at 7:00 am, through Friday, May 9, 2014, ending at 2:00 pm (Room needed 7:00 am to 6:00 pm daily, except for Friday), approximately 900 square feet each. These rooms are in addition to the general session meeting room. Each room must accommodate no less than 35 people, classroom style. Rooms must include a podium and additional space for audio/visual front screen projection for each breakout room. A head table should be set in each breakout room with approximately 3 chairs. Ice water and glasses should be provided on each table with writing pads and pens. Each of these breakout rooms must be without pillars/posts to obstruct the view. Food/Beverage Requirements: Continental breakfast is required for attendees Monday, May 5, 2014, through Friday, May 9, 2014. Audiovisual Equipment and Services: An on-site audiovisual department is required. Audiovisual equipment requirements include: five laptop computers (one in each room), six LCD projectors (two in general session; one in each breakout), six large screens (two in general session; one in each breakout), five podium microphones (one in each room- only if needed), five remote controls for the laptops/projectors (one in each room), two lavaliere microphones (general session), four handheld microphones with table stands (general session), two handheld microphones (general session), one fax machine, one photocopier, two printers, one hub for drops from the T-1 line, one conference phone with speaker, one phone line for the fax machine, and one phone that can connect to an outside line. A T-1 line is needed in the general session, the communications room (5 internet lines to connect), and may be needed in the breakout rooms. Also requested are two radios with headsets (handheld receivers) for communication with hotel staff. All five rooms must be set with a sound system, unless the breakout rooms are small enough not to need sound. The general session room must be set with the laptop computer at a table at the side or back of the room (not at the podium). Full-time technical expert requested for the entirety of the general session. Office Space/Communications Room: One room to be used for office/storage space is requested that is in close proximity to the meeting space, preferably very close to the general session room. The room is needed from 12:00 PM on Sunday, May 4, 2014, through 5:00 pm on Friday, May 9, 2014. Board Room: One room to be used as a meeting room for no less than 12 people, set boardroom style is requested, in close proximity to the meeting space. The room is needed from 6:30 am Monday, May 5, 2014, through 2:00 PM on Friday, May 9, 2014. Registration Area: A registration area is needed on Monday, May 5, 2014, from 12:00 pm to 6:00 pm. Preference for the registration area is in close proximity to the general session room (ideally directly outside the room). There should be three six ft. tables with skirting, four to six chairs, and a large trash can. Hotel Requirements: 1.Located within Atlanta, Georgia general area. 2.Regular rooms at or below the federal government per diem rate of $133/night 3.Hotel must be in compliance with the Americans with Disabilities Act 4.Hotel must have a DUNS and BRADSTREET number 5.Hotel must be registered and current with System for Award Management (SAM) 6.All meeting space available on-site 7.Hotel must have availability to put all participants in one hotel 8.Direct access to onsite hotel representative during business hours 9.Able to provide breakfast at the per diem rate 10.Onsite 24-hour security 11.High speed internet access 12.Onsite swimming pool and fitness center 13.No penalty for rooms not used 14.3 STAR and above rating Award will be made to the offeror determined to be the most advantageous to the Government. Evaluation may be made with or without discussions with the offeror(s). The technical proposals will be evaluated and selection will be based on how the offeror's proposal best conforms to the requirements outlined in this solicitation. The VA reserves the right to conduct an on-site inspection of offered facilities. Prices will be evaluated in terms of cost for accommodations and services, AV, and food/beverage. All responsible sources that can meet the requirements and provide items as listed above may respond to this solicitation by submitting price and technical proposals, and descriptive literature. The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more 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 clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) and http://www.valgov/oamm/oa/ars/policyreg/rvaar/index.cfm (VAAR); 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items: Technical Proposal and Price when combined are significantly more important that past performance. 52.212-3 Offeror Representations and Certification-Commercial Items. Offerors must include a completed copy of the FAR 52.212-3 Offeror Representations and Certification along with the offer/proposal or submitted electronically. FAR 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders Commercial Items: 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.22-36, Affirmative Action for Workers with Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; VAAR 852.270-4 Commercial Advertising; and 852.237-70 Contractor Responsibilities. Proposals shall include information required in FAR 52.212-1, Schedule of Prices Offered, and a completed copy of provision FAR 52-212-3 or submit electronically. This is an all electronic solicitation: Submit all prices, descriptive literature, technical proposal, and a completed Hotel Contract to elaine.judson@va.gov by the closing date of this solicitation. Questions related to this solicitation must be submitted by email (elaine.judson@va.gov) no later than 2:00 p.m. Eastern Daylight Savings Time, April 9, 2014. NO TELEPHONE INQUIRIES WILL BE ACCEPTED. Closing date for receipt of proposal is Monday, April 14, 2014 at 2:00 pm Eastern Daylight Savings Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA101V14R0100/listing.html)
- Document(s)
- Attachment
- File Name: VA101V-14-R-0100 VA101V-14-R-0100.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1293722&FileName=VA101V-14-R-0100-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1293722&FileName=VA101V-14-R-0100-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA101V-14-R-0100 VA101V-14-R-0100.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1293722&FileName=VA101V-14-R-0100-000.docx)
- Record
- SN03332106-W 20140409/140407234715-8eb9a252aa1d2f097941222c58ddd5ad (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 |