SOLICITATION NOTICE
X -- 2014 Field Office Management Training
- Notice Date
- 5/5/2014
- 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
- NLRB-OPS-14-001
- Archive Date
- 5/29/2014
- 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 Proposal (RFP) #NLRB-OPS-14-001. This RFP 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 Field Office Management Training. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73, effective April 29, 2014. OVERVIEW: The 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 Field Office Management Training is to provide support staff management development training. Conference accommodations for 109 individuals which includes providing 82 sleeping rooms at or below the government per diem rate for a four night period, beginning on Monday, July 21st and 27 sleeping rooms at or below the government per diem rate for a one night period; food and beverage services as described below. Conference Rooms include one (1) general session room to accommodate 110 individuals as well as LCD Projector package and two flipchart packages; three (3) breakout rooms to accommodate 25-30 individuals each, one (1) flipchart package; 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 including Wi-Fi connection. Conference Dates: July 21 through July 25, 2014. Property Details: The hotel must provide conference accommodations to include meeting rooms and related services and lodging for 109 individuals. Sleeping rooms should be clean, well furnished and include standard 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 (Wi-Fi 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. Location Details: The NLRB will be considering hotels in either the Washington, DC area or the Memphis, TN area. In the Washington, DC area, the hotel must be located in downtown Washington, DC, within walking distance of NLRB Headquarters at 1099 14th St. NW, Washington, DC. In the Memphis, TN area, the hotel must be located in downtown Memphis, TN, within walking distance of NLRB Memphis Sub-Regional Office at 80 Monroe Avenue, Memphis, TN. The hotel should be within walking distance of a variety of restaurants; convenient to the airport and public transportation; and located in a safe area. Participants: Approximately 109 total participants: Support Staff Managers from each of the Regional and Sub-Regional Offices, NLRB Managers from the General Counsel's Divisions, and an outside instructor. Requirements: Hotel Lodging: Lodging will be selected from one location in either downtown Washington, D.C. or downtown Memphis, TN. Monday, July 21 through Friday, July 25, 2014 82 sleeping rooms for 4 nights 27 sleeping rooms for one night on different nights 1. Office and Registration Area One (1) lockable office which can be used to hold small meetings for the conference planning staff of nine (9) individuals and also be used to store conference materials such as AV equipment, easels etc.). This space must be available beginning at noon on Monday, July 21, 2014 and on 24-hour hold through conclusion of conference on Thursday, July 24, 2014. (** 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 including Wi-Fi.) One (1) registration area set up near/adjacent to the general session room. 2 tables skirted, four (4) chairs and two waste receptacles. Registration area is to be set up/available by 7:00 am on Tuesday, July 22 and remain set-up and available through conclusion of conference on July 24. 2. Meeting Space A total of four (4) meeting spaces will be required: One (1) General Session Room *spacious, square shape room required* - room large enough to accommodate 78 people set in crescent-round style seating, (six (6) people per crescent round table), reserved faculty table in the front of room with seating for four (4), and staff table in back of room with seating for four (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 package (easel, markers and post-it type flip chart paper). Three (3) Breakout Rooms - each room should be large enough to accommodate 25-30 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 in each room (easel, markers and post-it type flip chart paper). 3. Awards Ceremony: Tuesday, July 22 One (1) room large enough to accommodate 90 people. Hor d'oeurves and a cash bar from 5:00pm - 7:00 p.m. A standing podium with microphone, and two (2) skirted tables set-up at one end of room. Both hot and cold appetizers will be provided by the hotel during the awards ceremony and there will be a competitively priced cash bar in or close to the room. A small registration table will be positioned outside of the entrance to the room. Please provide menus and pricing. **The Federal Government policy does not permit a guaranteed amount of food and/or 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. o Morning Beverages (coffee, tea, water) July 22 through July 24 o Mid-morning refreshments July 22 through July 24 o Afternoon refreshments on July 22 through July 24 5. Miscellaneous Requirements a. The hotel will provide additional services that may arise from requests for copying and for audiovisual supplies and equipment. b. The hotel will provide marquees identifying the location of all meeting rooms. c. If requested, the hotel will provide the NLRB designated conference planner with two copies of the printed, confidential master list of rooms and telephone numbers of NLRB employees. d. The hotel will provide handicapped access and accommodations if needed. The RFQ does not require Event Planning Services or 3rd Party Event Planning. 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 Proposals 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 Proposals that clearly meet or exceed the requirements of the SOW. All responsible sources may submit a Proposal which shall be considered by the NLRB. All Proposals 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 Proposals for which the Federal Government is exempt. To be eligible for an award, the contractor must be registered in the System for Award Management database (www.sam.gov). EVALUATION CRITERIA: The award will be made to the responsible Proposal whose offer is evaluated as the best value to the Government based on the factors set forth below. Proposals that exceed the NLRB requirements may receive additional consideration under Technical Capabilities. These factors are listed in order of importance. 1. Technical: a. Proposals 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: Size, layout, appearance, and amenities (e.g., no charge for local calls or use of internet/Wi-Fi connections) will be taken into consideration. c. Hotel Facilities/Meeting Room: The quality and appearance of the hotel facilities; the convenience of the general session meeting room location as related to the 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 will be taken into consideration. d. Location: The hotel will be either in the Washington, DC area or the Memphis, TN area. In the Washington, DC area, the hotel must be located in downtown Washington, DC, within walking distance of NLRB Headquarters at 1099 14th St. NW, Washington, DC. In the Memphis, TN area, the hotel must be located in downtown Memphis, TN, within walking distance of NLRB Memphis Sub-Regional Office at 80 Monroe Avenue, Memphis, TN. The hotel should be within easy walking distance of a variety of restaurants, commuting ease from Airport, and must be located in a safe neighborhood. 2. Past Performance - The contractor shall provide a list of three recent Federal Government contracts performed within the last three years 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 five (5) days and four (4) nights in accordance with the Solicitation. CLIN 002 Meeting Space Rental to include one office; one general session room for 110 people; three breakout rooms for 25-30 people; and one room for award ceremony for 90 people as described above. Provide a table in a similar format as below: Area Room Dimensions Set-Up Room/Space Name Office: Registration Area: General Session Room: Break Out Room #1: Breakout Room #2: Breakout Room #3: Awards Ceremony: CLIN 003 Food and Beverages - light refreshments in accordance with the Solicitation, an Awards Ceremony with Hor d'oeurves and cash bar on July 22 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 Proposals become more equal in their technical merit, the proposed price may become the determining factor for award. The Government intends to evaluate Proposals 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. In case of a receipt of a large number of Proposals, the evaluation team will evaluate Proposals in phases in order to progressively reduce the number of Proposals being considered for contract award. First, technical Proposals will be evaluated using streamlined methods to eliminate those Proposals that are unacceptable in not meeting the aforementioned criteria. The decision to eliminate any offers does not constitute the establishment of a competitive range, and will not obligate the NLRB to conduct discussions or to solicit Proposal revisions. PROPOSAL SUBMISSION: Proposals are to provide the requested information in a brief and succinct manner, making every effort to present information clearly and concisely. Proposals 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. Proposals 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 Proposal, along with descriptive literature to include sleeping rooms, meeting room space, diagrams, and square footage and menus. Proposals 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 Offeror shall submit a separate technical and cost Proposal that addresses the Statement of Work. Proposals are due by 4:00 p.m.. EDT on May 14, 2014 via email to Delfina St Clair at Delfina.St.Clair@nlrb.gov or by regular mail. Proposals should be submitted in either Adobe Acrobat or Microsoft Word 2007. Proposals may be shipped or mailed to the following address: National Labor Relations Board Acquisitions Management Branch 1099 14th Street, NW, Room 7810 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 Offerors have questions or comments regarding this Solicitation, they are to be submitted in writing via email to the Contract Officer at Delfina.St.Clair@nlrb.gov by 12:00 noon EDT on May 8, 2014. 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 (JUL 2013) 52.212-3 Offeror Representations and Certifications Commercial Items (NOV 2013)** 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 (SEP 2013) 52.202-1 Definitions (NOV 2013) 52.203-3 Gratuities (APR 1984) 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010) 52.204-7 System for Award Management (JUL 2013) 52.204-4 Printed or Copied Double-Sided on Recycled Paper (MAY 2011) 52.212-5 Contract Terms and Conditions Required to Implement Statues of Executive Orders Commercial Items (JAN 2014) 52.215-1 Instructions to Offerors - Competitive (JAN 2004) The following additional FAR clauses cited in 52.212-5 are applicable: 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 (JAN 2014) 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-- System for Award Management (JUL 2013)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NLRB/DA/OPFB/NLRB-OPS-14-001/listing.html)
- Place of Performance
- Address: 1099 14th Street, NW, Washington, District of Columbia, 20570, United States
- Zip Code: 20570
- Zip Code: 20570
- Record
- SN03356994-W 20140507/140505234341-8ecfba03fa059a4d07af00abcb528d59 (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 |