Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 12, 2014 FBO #4522
DOCUMENT

X -- Office of General Counsel Leadership Summit Meeting Facility and Audio-Visual - Attachment

Notice Date
4/10/2014
 
Notice Type
Attachment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Veterans Affairs;Acquisition Business Service;Office of Acquisition Operations (003B);425 I Street, NW;Washington DC 20001
 
ZIP Code
20001
 
Solicitation Number
VA10114Q0112
 
Response Due
4/15/2014
 
Archive Date
6/14/2014
 
Point of Contact
Wendy Kwong, Contract Specialist
 
E-Mail Address
(202)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The Department of Veteran Affairs (VA) RFQ solicitation number is: VA101-14-Q-0112 and is solicited for Full and Open competition. This solicitation document incorporates all mandatory commercial item provisions and clauses in effect through Federal Acquisition Circular 05-72; effective January 30, 2014. The associated North American Industrial Classification System (NAICS) code is 721110 and Product Service Code of category X1AB: Lease/Rental of Conference space and facilities and the small business size standard is $30.0 million. This requirement is being solicited as unrestricted; full and open competition. Please note that third party services (i.e. event planning, corporate travel counseling, retreat planning, etc.) will not be considered. 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 May 20 - May 22, 2014 should not provide a quotation, as the quotation will not be considered. The Offeror shall provide the following requirements, in its entirety, in accordance with the Statement of Work (SOW) attached herein: The VA needs to acquire a suitable summit venue, associated audio-visual package and support conducive to a Senior Leadership Summit. The place of performance will be at the Contractor's facility. The period of performance is May 20, 2014 through May 22, 2014 for the hours of operation: 8:00 AM to 5:00 PM. Location: Venue must be located in the National Capital Region (District of Columbia or Virginia). The Washington DC area is defined as near Capitol Hill or the D.C. Convention Center. The Virginia area is defined as Pentagon City or Crystal City located in Arlington; or within walking distance of the King Street Metro in Alexandria. The Government requires the summit and lodging accommodations to be in one location. Facility: The meeting facility must accommodate ninety-five (95) to one-hundred (100) participants. Lodging (Do not include lodging pricing in quote, as travelers will be responsible for respective costs): Offerors shall provide a block of fifty (50) guest rooms each day, beginning May 19, 2014 for non-local participants with (25) guest rooms requiring check-out of May 22, 2014 and the other (25) guest rooms requiring a check-out of May 23, 2014. Five (5) onsite parking accommodations must be designated to the Government on specified summit dates. Equipment: Audio-Visual Package and set-up support as specified in the SOW. Please note: The Government is tax exempt. The purchase order contract line items (CLINs) are planned as follows: 0001: Meeting Room for approximately 90 - 100 people for three (3) full days to include set-up, layout, air walls / break-out rooms to include service fees. 0002: Audiovisual requirements support package for three (3) full days to include equipment, set-up, and necessary support to include service fees. The VA intends to award one Firm Fixed Price purchase order to the offeror that represents the best value to the Government in regards to location, audio visual package, price and accommodations availability. Best value is defined as the expected outcome of the acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. Solicitation Provisions / Clauses: This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular FAC 05-72, effective January 30, 2014. The following FAR provisions/clauses and supplemental agency VAAR provisions/clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items FAR 52.212-3, Offeror Representations and Certifications - Commercial Items FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items The following FAR clauses identified under paragraph (b) of 52.212-5 are applicable to this acquisition: (6), (26), (28), (29), (31), (38), (47). FAR 52.204-7, Central Contractor Registration FAR 52.232-18, Availability of Funds (APR 1984) VAAR 852.203-70, Commercial Advertising (JAN 2008) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2012) VAAR 852.237-70, Contractor Responsibilities (APR 1984) VAAR 852.252-71, Representatives of Contracting Officers (JAN 2008) VAAR 852.273-70, Late Offers (JAN 2003) VAAR 852.273-74, Award Without Exchanges (JAN 2003) OFFEROR MUST COMPLETE AND SUBMIT WITH ITS PROPOSAL, 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 Wendy Kwong, Contract Specialist at email Wendy.Kwong1@va.gov. The subject line of the email must contain the solicitation number, be signed and dated. The quoter shall submit a pricing breakdown, in accordance with the respective CLIN (i.e. quantity, number of days, unit price, fees, etc.) in a format that is clear; AND also must submit a summary of total pricing for the total performance period. Questions: Questions shall be submitted by Monday, April 14, 2014 no later than (NLT) 10:00 a.m. /EST. Quotation Submission Deadline: Quotations must be received by Tuesday, April 15, 2014 NLT 4:30 p.m./EST. Any responses received after the closing times and dates listed above will not be considered. 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/VA10114Q0112/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-14-Q-0112 VA101-14-Q-0112.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1300598&FileName=VA101-14-Q-0112-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1300598&FileName=VA101-14-Q-0112-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03335975-W 20140412/140410235503-b0abacdea39348816426d9ccaff9702f (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.