Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2015 FBO #4813
SOLICITATION NOTICE

X -- Representation Case Procedure Training - Past Performance Questionnaire

Notice Date
1/26/2015
 
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
RFP-NLRB-OPS1-15-01
 
Archive Date
2/24/2015
 
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
Past Performance Questionnaire This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information 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 (RRP) # RFP-NLRB-OPS1-15-01. This RFP will result in the award of a Firm Fixed Price contract for hotel lodging for the National Labor Relations Representation Case Procedure Training participants and instructors. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78, effective December 26, 2014. The applicable NAICS code is 721110 - Hotel (except Casino Hotels) and Motels. 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 purpose of this training is to introduce employees to the NLRB's new Representation Case rules and to train the employees in implementation procedures. These individuals will in turn teach other employees about the rules and train them in the corresponding implementation procedures. Training Dates The Representation Case Procedure Training will be held Tuesday, March 17, 2015 through Friday, March 20, 2015. Most training participants will arrive on Tuesday, March 17, 2015 but some training participants will arrive March 16, 2015 because they are traveling from more distant locations. Requirements Lodging accommodations for approximately 75-80 individuals which shall require at a minimum: (A) Providing approximately 55 sleeping rooms for a three-day period beginning on Tuesday, March 17, 2015 and ending on Friday, March 20, 2015 and providing approximately 25 sleeping rooms for a four-day period beginning on Monday, March 16, 2015 and ending on Friday, March 20, 2015. All rooms will be provided at or below the government per diem rate. If necessary, due to availability lodging may be provided at different locations. The hotel must be located in Downtown Washington, DC, in a safe area, preferably within a ten to fifteen minute walk of NLRB's Headquarters located at 1099 14th St. NW as well as within walking distance of a variety of restaurants. (B) Sleeping rooms should be clean, well furnished and include usual amenities for overnight accommodations. All rooms must include free high-speed internet access (WIFI preferred). It is also preferred that the rooms contain a refrigerator. At a minimum easy access to a refrigerator must be provided. 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. Basis for Award The NLRB intends to award a Firm Fixed Price Contract. The objective of the NLRB is to select the proposal 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 RFP. 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 RFP. All responsible sources may submit an offer which shall be considered by the NLRB. All offerors must confirm in their proposal 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 (SAM) database. A contractor can contact SAMs by email at http://www.sam.gov. A DUNS (Dun and Bradstreet) number is required in order to register. Evaluation Criteria Award will be made to the responsible offeror whose proposal, conforming to the solicitation, will be most advantageous to the Government on the basis of technical, past performance, and price. These factors are listed in order of importance: Factor I - Technical a. Location - Proposals will be evaluated on the ability of the hotel to provide a facility that is located in Downtown Washington, DC, in a safe area, within a ten to fifteen minute walk of NLRB's Headquarters located at 1099 14th St. NW as well as within walking distance of a variety of restaurants. b. Rooms - Sleeping rooms should be clean, furnished appropriately and include the usual amenities for overnight accommodations. Sleeping rooms should also have complimentary high speed internet access (wifi preferred) and a refrigerator or easy access to a refrigerator. c. Other Considerations - Transportation to major airports, availability and cost of on-site guest parking. 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. Factor II - Past Performance 1. Quality of product/service 2. Responsiveness of key personnel and staff 3. Overall Satisfaction **Past Performance will be assessed by utilizing the attached questionnaire. The Offeror is requested to provide at least three references or may have the references complete the questionnaire and submit to the Contracting Officer on or before the proposal due date. The reference information should be project/action specific. The reference information cannot be more than five years old. The NLRB may also assess Past Performance in any other manner prescribed by the Federal Acquisition Regulations. Factor III - Price The NLRB intends to award a firm-fixed price contract. Lodging price must be at the Government per diem rate of $ 229 per night or lower. Proposal must be valid 90 days after submission. 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. If a hotel contract is necessary, it shall be submitted with your technical and price proposal, along with descriptive literature to include sleeping rooms, diagrams, and amenities. The Offeror shall submit three separate volumes: Volume 1: Technical; Volume II: Past Performance; and Volume III: Price that address the RFP. Proposals are due by 4:00 p.m. EST on February 9, 2015 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 5006 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 Office at Delfina.St.Clair@nlrb.gov by 12:00 noon EST on February 2, 2015. 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 (APR 2014) 52.212-3 Offeror Representations and Certifications Commercial Items (DEC 2014)** 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 (DEC 2014) 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 (JUN 2014) 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) //Last Item//
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NLRB/DA/OPFB/RFP-NLRB-OPS1-15-01/listing.html)
 
Place of Performance
Address: National Labor Relations Board, 1099 14th St, NW, Washington, District of Columbia, 20570, United States
Zip Code: 20570
 
Record
SN03624639-W 20150128/150126234457-7b93823a5d5c1af871858b39cf96d0cd (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.