Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 11, 2020 SAM #6677
SOLICITATION NOTICE

X -- 2020 Professional Exchange Program; Administrative Professionals Exchange Program; and NxPert Training

Notice Date
3/9/2020 7:58:30 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
NATIONAL LABOR RELATIONS BOARD WASHINGTON DC 20570 USA
 
ZIP Code
20570
 
Solicitation Number
63NLRB20R00EXCH
 
Response Due
3/18/2020 11:00:00 AM
 
Archive Date
04/02/2020
 
Point of Contact
Delfina St Clair, Phone: 2022734212
 
E-Mail Address
delfina.st.clair@nlrb.gov
(delfina.st.clair@nlrb.gov)
 
Description
Contracting Office Address National Labor Relations Board, 1015 Half St, SE, 3rd Floor, Washington, DC 20570. Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, �Streamlined Procedures for Evaluation and Solicitation for Commercial Items,� as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 721120, with a small business size standard of $32.5M. 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 these programs is to introduce employees from the NLRB�s Regional offices to Headquarters personnel, functions and procedures and provide training. � Training Dates Professional Exchange Program:� Monday, April 20 thru Friday, May 15, 2020 -OR- Monday, June 1 thru Friday June 26, 2020 Administrative Professionals Exchange Program:� Monday, April 20 thru Friday May 1, 2020 -OR- Monday, June 1 thru Friday, June 12, 2020 ? NxPert Training:� Monday, April 20 thru Friday April 24, 2020 -OR- Monday June 1 thru Friday, June 5, 2020 Requirements Lodging accommodations for approximately 13 individuals for the Professional Exchange Program, approximately 7 individuals in the Administrative Professionals Exchange Program, and approximately 5 individuals for the NxPert Training. � This will involve, at a minimum, providing approximately the following number of sleeping rooms for the training dates. �All rooms will be provided at or below the indicated government per diem rate. � Professional Exchange Program: Monday, April 20 thru Friday, May 15, 2020 -OR- Monday, June 1 thru Friday May 15, 2020; 25 nights; $256/night; 13 rooms Administrative Professionals Exchange Program: Monday, April 20 thru Friday, May 1, 2020 -OR- Monday, June 1 thru Friday, June 12, 2020; 11 nights; $256/night; 7 rooms NxPert Training: Monday, April 20 thru Friday, April 24, 2020 -OR- Monday June 1 thru Friday June 5, 2020; 4 nights; $256/night; 5 rooms If necessary, due to availability, lodging may be provided at different locations. �The hotel must be in Washington, DC, in a safe area, preferably within a ten minute walk of NLRB�s Headquarters located at 1015 Half Street, SE as well as within walking distance of a variety of restaurants.� Sleeping rooms should be clean, well-furnished and include usual amenities for overnight accommodations as well as a fully equipped kitchen. �Kitchens should include refrigerator, cooktop, microwave, silverware, pots, pans, dishes, and other usual kitchen features. �All rooms must include free high-speed internet access (WIFI 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. � ? All interested companies shall provide quotes for the following: Line Item�� �Description�� �Quantity�� �UOM�� �Unit Price�� �Total Price Line Item 1. Description:� Professional Exchange Program: �Lodging for 13 participants for 25 nights at or below Government per diem. (April 20 thru May 14 -OR- June 1 thru June 25, 2020)�� Quanitity:�325 �� UOM:��Nights Unit Price: ________ Total Price: ________�� ��� � Line Item 2. Description:� �Administrative Professionals Exchange Program: �Lodging for 7 participants for 11 nights at or below Government per diem. (April 20 thru April 30 -OR- June 1 thru June 11, 2020)�� � Quanitity:�77�� UOM:��Nights Unit Price: _________ Total Price: _________� � � �� Line Item 3. Description:� �NxPert Training: �Lodging for 5 participants for 4 nights at or below Government per diem. (April 20 thru April 23 -OR- June 1 thru June 4, 2020)�� � Quantity: 20�� � UOM:�Nights Unit Price: __________ Total Price: _________�� ��� � Basis for Award The NLRB intends to award a Firm Fixed Price Purchase Order. �The objective of the NLRB is to select the quote 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 RFQ. �A site visit of the facility may be conducted prior to award. �The evaluation factors are listed in order of importance. Factors 1 and 2 are more important than Factor 3. �Factor 3, Price, will become more important as non-price factors become more equal. �An integrated assessment of quotes 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 quotes that clearly meet or exceed the requirements of the solicitation. �All responsible sources may submit an quote which shall be considered by the NLRB. � All quoters must confirm in their quote 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 quotes for which the Federal Government is exempt. Evaluation Criteria Award will be made to the responsible quoter whose quote, conforming to the solicitation, will be most advantageous to the Government on the basis of technical, past performance, and price. �Quotes that exceed the NLRB requirements may receive additional consideration under Technical. �These factors are listed in order of importance: Factor I � Technical a.�� �Location � Quotes will be evaluated on the ability of the hotel to provide a facility that is located in Washington, DC, in a safe area, preferably within a ten minute walk of NLRB�s Headquarters located at 1015 Half St, SE as well as within walking distance of a variety of restaurants. b.�� �Rooms � Sleeping rooms should be clean, well-furnished and include usual amenities for overnight accommodations as well as a fully equipped kitchen. �Kitchens should include refrigerator, cooktop, microwave, silverware, pots, pans, dishes, and other usual kitchen features. �All rooms must include free high-speed internet access (WIFI preferred). 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 The hotel should provide references for at least three (3) Federal Government contracts for similar work performed with the past three (3) years. �The hotel will be evaluated based on customer satisfaction. �The contact information for each reference shall include: �� �Contract Value �� �Agency/Company Name/Point of Contact Information �� �Description/Type of Services Provided Factor III � Price The NLRB intends to award a firm-fixed price Purchase Order. �Lodging price must be at or below the Government per diem rate of $256 per night. �Quoters should complete the attached pricing sheet or provide information in Hotel Agreement. The Government intends to evaluate quotes 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 to do so. Provisions and Clauses The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.� The following solicitation provisions apply to this acquisition: 1.�� �FAR 52.212-1, �Instructions to Offerors�Commercial Items� [OCT 2018]� 2.�� �FAR 52.212-2, �Evaluation � Commercial Items� [OCT 2014] 3.�� �FAR 52.212-3, �Offerors Representations and Certifications�Commercial Items� [DEC 2019] Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, �Offerors Representations and Certifications�Commercial Items.� If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition:� ��� �FAR 52.212-4, �Contract Terms and Conditions�Commercial Items� [OCT 2018] ��� �FAR 52.212-5, �Contract Terms and Conditions Required to Implement Statutes or Executive Orders� [JAN 2020] The following subparagraphs of FAR 52.212-5 are applicable: 52.203-13�� �Contractor Code of Business Ethics and Conduct (OCT 2015) 52.222-50 � �Combating Trafficking in Persons (JAN 2019) 52.222-3 � � �Convict Labor (JUN 2003) 52.222-19 � �Child Labor-Cooperation with Authorities and Remedies (JAN 2020) 52.222-21 � �Prohibition of Segregated Facilities (APR 2015) 52.222-26 � �Equal Opportunity (SEP 2016) 52.223-15 � �Energy Efficiency in Energy-Consuming Products (DEC 2007) 52.223-18 �� �Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.222-36 � �Equal Opportunity for Workers with Disabilities (JUL 2014) 52.232-33 � �Payment by Electronic Funds Transfer � System for Award Management (OCT 2018) Agency-Specific Clauses Contract Administration Data (a)�� �All contract administration must be effected by the Contracting Officer except as delegated to the Contracting Officer�s Representative (COR). �In no event will any modification, change order or other matter in deviation from the terms of scope of this contract be effective or binding unless formalized by proper contractual documents by the Contracting Officer. (b)�� �In the event the Contractor makes any changes to the terms or scope of this contract at the direction of any person other than Contracting Officer, the change will be considered to have been made without proper authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. (End of Clause) Contracting Officer�s Representative (COR) (a) �Contracting Officer�s Representative (COR), for the contract resulting from this solicitation will be designated at time of award. (b) �The COR is responsible, as applicable, for receiving all deliverables, inspecting and accepting the services provided hereunder in accordance with the terms and conditions of this contract; providing direction to the Contractor which clarifies the contract effort; fills in details or otherwise serves to accomplish the contractual Statement of Work; evaluating performance; and certifying all invoices/vouchers are acceptance of the services furnished for payment. (c) The COR does not have the authority to alter the Contractor�s obligations under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement. �If as a result of technical discussion, it is desirable to alter/change contractual obligations or the Statement of Work, the Contracting Officer shall issue such changes. (End of Clause) Local Provision: 52.233-9000 Agency-Level Protests Potential bidders or quoters may submit an agency-level protest directly to the Contracting Officer (CO). As an alternative to the CO�s consideration of a protest, a potential bidder or quoter may request an independent review of their protest by the NLRB Protest Deciding Official (Tashiana Carter, Director NLRB Acquisitions Management Branch). �In either case, the Agency-level protest must comply with the requirements and procedures in FAR 33.103 for submitting agency-level protests. IPP-001 Electronic Invoicing and Payment Requirements � Invoice Processing Platform (IPP) Payment requests must be submitted electronically through the U.S. Department of the Treasury�s Invoice Processing Platform (IPP) system using the �Bill to Agency� of Interior Business Center � FMD. �Payment request� means any request for contract financing payment or invoice payment by the Contractor. �To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4, Contract Terms and Conditions � Commercial items included in commercial item contracts. �The IPP website address is: �https://www.ipp.gov. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. �The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve prior to the contract award date, but no more than 3 � 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email IPPCustomersupport@fiscal.treasury.gov or phone (866)973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Clause) Quote Submission This is an open-market combined synopsis/solicitation for lodging as defined herein. �The government intends to award a Purchase Order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s). The quoter shall submit a separate technical and cost quote that addresses the requirements of the solicitation. If a hotel contract is necessary, it shall be submitted with your technical and price quote, along with descriptive literature to include sleeping rooms, diagrams, and amenities. Quotes should be submitted in either Adobe Acrobat or Microsoft Word 2003. Submission shall be received not later than March 18, 2020 at 2:00pm EST via email to Delfina St Clair at Delfina.St.Clair@nlrb.gov. �Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).� Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer at Delfina.St.Clair@nlrb.gov by March 12, 2020 at 2:00pm EST. Point of Contact Delfina St. Clair, Contracting Officer Phone: �202-273-4212 Email: �Delfina.St.Clair@nlrb.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1ac362e0df5a41218aa54f262ce34bfe/view)
 
Place of Performance
Address: 20570, USA
Zip Code: 20570
Country: USA
 
Record
SN05583188-F 20200311/200309230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.