Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2010 FBO #2974
SOLICITATION NOTICE

X -- Compliance Conference

Notice Date
1/13/2010
 
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-OMCC-10-001
 
Archive Date
2/13/2010
 
Point of Contact
Ebony Fultz, Phone: 2022730731
 
E-Mail Address
Ebony.Fultz@NLRB.gov
(Ebony.Fultz@NLRB.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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 Request for Proposal (RFP) # NLRB-OMCC-10-0001; please reference the solicitation number when responding to this notice. This RFP will result in the award of a Firm Fixed Price contract for hotel lodging, meeting rooms, catering, and audio visual equipment for the National Labor Relations Board's 2010 Compliance Conference. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38, effective December 10, 2009. The National Labor Relations Board is located at 1099 14th Street, N.W., Washington, D.C. 20570. The period of performance will be for a four (4) day or five (5) day period in either the month of June or July 2010. (The offeror should submit a proposal for one or both periods, within the months of June or July 2010) The following requirements are mandatory and must be included in the proposal for an offer to be considered. (1) Hotel must be located in downtown; San Diego, CA; downtown Atlanta, GA or, downtown Seattle, WA (as defined by the respective cities Conventions and Visitors Bureau) (2) Hotel must provide conference facilities to accommodate 110-120 individuals, 110-120 sleeping rooms per night (rooms must be individual/private sleeping rooms with toilet facilities) at or below the Government per diem. (3) The hotel must be located in an area that has a variety of restaurants. Also, to be eligible for award, the hotel must be compliant with the requirements of the Hotel and Motel Fire Safety Act of 1990 (Public Law 101-391)(15 U.S.C. 2201 et. Seq.), and is listed on the U.S. Fire Administration Hotel and Motel National Master List found at http://www.usfa.fema.gov/hotel/search.cfm. Offers proposing facilities that are not listed will be rejected as non-responsive. In addition, the offerors facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12010 et. seq.) Conference accommodations for 110-120 individuals which includes providing 110-120 sleeping rooms at or below the government per diem rate for a five-day period (four nights), beginning on Monday; food and beverage services as described in Part B below. Conference Rooms include one (1) general session room to accommodate 110-120 individuals as well as microphones as specified below, LCD Projector package including screen; one (1) meeting room to accommodate 35 individuals, with electrical outlets to plug in 35 laptops and internet access for 35 individuals, and LCD Projector, including screen; four (4) breakout rooms to accommodate 18 individuals and one (1) flipchart package for each breakout room; as well as 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. The Agency does not anticipate utilizing any "real-time" broadcast of the conference events. In the event the Agency determines that a recording of the events is desirable for future use on its website, or in any other venue, the Agency reserves the right to provide and operate its own equipment for recording the proceedings. Conference Dates: June 28 through July 1, 2010 or July 12 through July 16, 2010. The conference dates will be determined by selected Hotel's availability. Property Details: The hotel must provide conference accommodations (meeting rooms and related services) for 110-120 individuals, and lodging for 110-120 people. It must be located in either downtown San Diego, CA, in downtown, Atlanta, GA, or downtown Seattle, WA (as defined by the respective cities Conventions and Visitors Bureaus) within walking distance of a variety of restaurants. Participants: Approximately 110-120 total participants: Supervisors, Compliance Officers and Compliance Assistants from most of the Agency's Regional Offices, and General Counsel's Headquarters divisions. Scope of Services: Offer will provide the following accommodations: Part A: Hotel Lodging: Lodging will be selected for one location only in either downtown San Diego, CA, downtown, Atlanta, GA, or downtown Seattle, WA. Alternative 1: Monday, June 28 through Thursday, July 1, 2010 (three nights) 110-120 sleeping rooms per night OR Alternative 2: Monday, July 12 through Friday, July 16, 2010 (four nights) 110-120 sleeping rooms per night Part B: Conference Format Alternative 1: Attendees will be checking-in on Monday (6/28) and checking-out on Thursday (7/1). 1. Office and Registration Area One (1) secure, lockable office which can be used to hold small meetings for the conference planning staff and also be used to store conference materials such as AV equipment, easels etc. This space must be available beginning at 9 a.m. on Monday and on 24-hour hold through conclusion of conference on Day Four (Thursday). 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 outgoing calls, and access to three (3) high-speed internet connections. 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 9 a.m. on Day One (Monday), and remain set-up and available through the end of Day One (Monday) 2. Meeting Space A total of six (6) meeting spaces will be required: One (1) General Session Room - a spacious, square shape room large enough to accommodate 120 people set in crescent-round style seating, (6 people per round table), reserved faculty table in front of room with seating for six (6), and staff table in back of room with seating for (4). The room must be large enough to accommodate LCD Projector package (to include LCD projector, screen, AV cart, multiplug extension cord, at least one "lavalier microphone and four wireless microphones, and audio sound system). Room must be available on Day One (Monday) beginning at 1 p.m., and remain set-up and available through conclusion of conference on Day Four (Thursday). One (1) Large Breakout Room - this room should be large enough to accommodate 35 people each, set in conference-room style. The room must have electrical outlets sufficient to plug in 35 laptop computers and internet access for 35 laptops. The room must be large enough to accommodate LCD Projector package (to include LCD projector, screen, AV cart, multiplug extension cord, at least one "Iavalier' microphone and two wireless microphones, audio sound system), one (1) flipchart package (easel, markers and post-it type flip chart paper). The breakout rooms must be available from Day Two (Tuesday), and remain set-up and available through conclusion of conference on Day Four (Thursday). Four (4) Breakout Rooms - each room should be large enough to accommodate 18 people each, set in conference-room style. Each breakout room must have one (1) flipchart package (easel, markers and post-it type flip chart paper). The breakout rooms must be available from Day Two (Tuesday) and remain set-up and available through conclusion of conference on Day Four (Thursday). 3. Awards Ceremony: Day One (Monday) One (1) room large enough to accommodate 120 people. Hor d'oeurves and one or two cash bars from 5:30 - 7:30 p.m. A standing podium with microphone, and two (2) skirted tables set-up at one end of room. Please provide menus and pricing. (Note: The Federal Government policy does not permit a guaranteed amount of food and beverage revenue.) 4. Light refreshments: Days One, Two, Three, and Four. Please provide menus and pricing. (Note: The Federal Government policy does not permit a guaranteed amount of food and beverage revenue.) • Mid-morning refreshments on Days Two, Three, and Four. • Afternoon refreshments on Days One, Two, and Three. 5. Parking: Overnight self-parking for approximately 20-25 cars. 6. Miscellaneous Requirements: i. The hotel will provide additional services that may arise from requests for copying and audiovisual supplies. ii. The hotel will provide marquees or signs identifying the location of all meeting rooms and a copy of the hotel floor plan shall be provided to each participant at check-in. iii. The hotel will provide free internet access in each sleeping room. iv. The hotel will provide free access to a fitness facility. v. Hotel amenities, above the requirements will be considered in the evaluation of the overall technical capabilities Part B: Conference Format Alternative 2: Attendees will be checking-in on Monday (7/12) and checking-out on Friday (7/16). 1. Office and Registration Area - Same as Alternative 1. 2. Meeting Space One (1) General Session Room - same as Alternative 1 except must be available on Day Five (Friday) until 1 p.m. One(1) Large Breakout Room - same as Alternative 1 except must be available on Day Five (Friday) until 1 p.m. Four (4) Breakout Rooms - same as Alternative 1 except must be available on Day Five (Friday) until 1 p.m. 3. Awards Ceremony: Day One (Monday) - Same as Alternative 1. 4. Light refreshments: - Same as Alternative 1 with one additional day: • Mid-morning refreshments on Days Two, Three, Four, and Five • Afternoon refreshments on Days One, Two, Three and Four 5. Parking - Same as Alternative 1. 6. Miscellaneous Requirements: - Same as Alternative 1. CLIN 0001 Meeting Space to accommodate approximately 110 - 120 individuals as described in the Meeting Space Section above CLIN 0002A One (1) General Session Room; CLIN 0002B One (1) Large Breakout room; CLIN 0002C Four (4) Breakout rooms; CLIN 0002D Administrative Office/Registration Area CLIN 0003 Food and Beverage Services o Light refreshments on days one through four o Mid-morning refreshments, to include replenishment of beverages, on days two through four o Afternoon refreshments, to include replenishment of beverages, on days one through three o Hor d'oeurves at Awards Ceremony on day one CLIN 0004 Audio Visual and Flipchart Equipment APLICABLE PROVISIONS: The following clauses apply to this acquisition and are incorporated by reference. These clauses can be read in their entirety at www.arnet.gov. The Contracting Officer, upon request, shall provide the full text of any provision or clause incorporated by reference. 52.212-1 Instructions to Offerors-Commercial Items (June 2008); 52.212-2 Evaluation Commercial Items (Jan 1999) 52.212-3 Offeror Representations and Certifications-Commercial Items (AUG 2009;) (**The contractor is responsible for including a complete copy of the Representations and Certifications with their offer or indicate certifications in ORCA at https://orca@bpn.gov). 52.212-4 Contract Terms and Conditions-Commercial Items (MARCH 2009); 52.212-5 Contract Terms and Conditions required to implement statues or executive orders - commercial items (DEC 2009) The following additional FAR clauses cited in this clause are applicable: 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2009) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-41 Service Contract Act 0f 1965 (Nov 2007) 52.223-15 Energy Efficiency in Energy-Consuming Products (DEC 2007) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information. (May 1999) Proposal Submission Proposals submitted in response to this RFP must be receive no later than 3:00 pm ET, Monday, January 29, 2010. Proposals can be submitted via e-mail or post office mail. All proposal documents shall be received no later than the due date and time. Proposals submitted by post office mail shall be mailed to the following location: National Labor Relations Board Procurement and Facilities Branch 1099 14th Street, N.W., Room 6100 Washington, D.C. 20570 To assure that your package arrives at the proper place on time and to prevent opening by unauthorized individuals, your proposal must be identified on the envelope or wrapper as follows: Proposal submitted in response to RFP #. NLRB-OMCC-10-001 Contracting Officer: Ebony Fultz Due Date 3:00 pm ET on Monday, January 29, 2010 Proposals received after the time and date specified above will not be accepted. All interested parties shall submit, with the proposal, a detailed breakdown of all costs to include lodging, meeting space, rental of AV equipment and support, Food and Beverage services and any other miscellaneous services and equipment which are necessary for the success of the conference. 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.) ** Proposal must include menus and pricing for Food and Beverage Services. ** Proposal must include pricing chart for Audio Visual Equipment. Descriptive literature to include meeting room space, diagrams and square footage, audio visual information and menus shall be submitted with your technical and price proposal. ** Third party proposals such as proposals from Meeting/Conference Management Services will not be considered.** QUESTIONS: All questions shall be submitted via email, with the subject of the email referencing the solicitation number, by 12:00 noon EST on Wednesday, January 20, 2010 to Ebony.Fultz@NLRB.gov questions will be consolidated and answered and posted as an amendment no later than Monday, January 25, 2010. **If no questions are submitted there will be no additional posting. The Offeror shall submit separate technical and cost proposals that will sufficiently address all of the requirements that are outlined in the Statement of Work (SOW). Proposals are due by 3:00 pm ET on Friday, January 29, 2010; via email to Ebony Fultz at Ebony.Fultz@NLRB.gov. Basis for Award The Government intends to award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technical Capability 2) Past Performance 3) Total Price Proposed In determining the best value to the Government, the Technical Capability and Past Performance Evaluation Criteria, when combined, are more important than the total price. Contractors are cautioned that the award may not necessarily be made to the contractor with lowest cost. The Government reserves the right to evaluate proposals and make award without conducting discussions, but reserves the right to conduct discussions with one or more offerors and request revised proposals. Although price is not the determining factor for award, it may become the determining factor for award if two or more offers, after technical evaluations are completed, are determined to be technically equal. Factor I - Technical Capability a. Contract Requirements - Proposals will be evaluated on the offerors ability to provide all of the contract requirements relating to meeting space, audio visual, and food and beverage requirements. Proposals must address the offerors' ability to comply with the Hotel and Motel Fire Safety Act of 1990 and the Americans with Disabilities Act (ADA) as it relates to meeting spaces if applicable. Site Visits may be conducted to evaluate the meeting spaces and location of facility. b. Accommodations - the quality, general maintenance and appearance of the facilities, the size and layout of the meeting room and conference office space, and the atmosphere of the meeting rooms (windows, light, etc.) c. Location - Proposals will be evaluated on the ability of the offeror to provide a facility located in downtown San Diego, CA, downtown Atlanta, GA, or downtown Seattle, WA and within walking distance of a variety of restaurants. Proximity to airport and availability of reasonably priced transportation to airport. d. Availability of Dates - Proposals will be evaluated on the ability of the offeror to provide the required services on the dates requested. e. Other Considerations; adequate and reasonable food services must be available on-site. Factor II - Past Performance The offeror must provide references for at least three (3) recent contracts that exemplify accomplished activities related to or similar to the activities identified in this solicitation within the past three (3) years. The offeror will be evaluated based on customer satisfaction and timeliness on requirements similar size and scope. The contact information for each reference shall include the following: Contract type Contract number Contract Value Agency/Company Name Agency/Company point of contact telephone number Duration of Contract Type of services provided (brief description) List any problems encountered on each contract and the contractor's corrective actions In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. Factor III - Price Proposed prices will be compared to proposed cost of same or similar services in order to determine if the proposed prices are realistic, fair and reasonable. Although price is not the determining factor for award, it may become the determining factor for award if two or more offers, after technical evaluations are completed, are determined to be technically equal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NLRB/DA/OPFB/NLRB-OMCC-10-001/listing.html)
 
Place of Performance
Address: Downtown San Diego, CA; Downtown Atlanta,GA; or Downtown Seattle, WA, United States
 
Record
SN02041159-W 20100115/100113234647-3c9bde48a7ee9cc6e05270b692a0901d (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.