MODIFICATION
X -- Conference Space, Sleeping Accommodations, Hotel Services for the National Forum on Homelessness Among Veterans, December 6-8, 2010
- Notice Date
- 11/4/2010
- Notice Type
- Modification/Amendment
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of Veteran Affairs;Employee Education System (EES);1 Jefferson Barracks Dr;Saint Louis MO 63125
- ZIP Code
- 63125
- Solicitation Number
- VA77711RP0011
- Response Due
- 11/8/2010
- Archive Date
- 11/18/2010
- Point of Contact
- Carlos E. Rodriguez
- E-Mail Address
-
ment
- Small Business Set-Aside
- N/A
- Description
- Description This is a combined synopsis/solicitation to negotiate a Firm Fixed Price type contract for Hotel Accommodations, Conference Space, and Hotel Services located: Washington, DC “ Arlington, VA “ Alexandria, VA “ Tysons Corner, VA - Bethesda, MD “ Silver Spring, MD “ Baltimore, MD. Request for Proposal VA-777-11-RP-0011 is in accordance with FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This is not a solicitation for Event Planning Services or 3rd Party Event Planning Services. Department of Veterans Affairs will not consider a proposal submitted by an offeror that is not a hotel. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable. This announcement incorporates FAR provisions and clauses in effect through FAR FAC 2005-32 and VAAR 97-10. NAICS Code 721110 and the small business size standard is $7M, respectively. This Federal Business Opportunity announcement/solicitation is solicited unrestricted, and constitutes the only bid document that will be issued. This solicitation is issued under full and open competition. This contract will be firm fixed price. The Period of Performance for this requirement will be December 6-8, 2010. The government requires 350 (peak night) sleeping rooms and the required meeting space to be housed in the same facility, but will accept alternate proposals for multiple facilities in close proximity. The Department of Veteran Affairs, Employee Education System (EES) is sponsoring a training conference on the topic of śNational Forum on Homelessness Among Veterans ť. The hotel shall accommodate 350 sleeping rooms (ref CLIN 0001) (based on required time frame), shall provide all requirements specified for conference needs in Parts A, B and C below Lodging rates must be within the Government Per Diem rate or lower for selected area. VA travelers shall check in individually and shall pay guest room costs by individual Government credit card. Hotel shall provide state and local tax exempt forms for VA travelers to submit as this travel constitutes official business of the Federal Government. A master account shall be established for Group costs (meeting and other room costs in Part B below and food). Proposal must allow Department of Veterans Affairs to use their own audiovisual equipment and must specify if there is a cost incurred for connection to hotel sound system with use of own equipment. TECHNICAL PROPOSAL: A technical proposal shall be submitted addressing the requirements listed and pricing. Your technical proposal should include descriptive literature and commercial list prices of sleeping rooms, meeting room space, meeting space diagrams and square footage and capacity charts, information (availability/cost) on amenities of hotel, i.e., parking, shuttle services; transportation to/from airport, audio visual equipment and menus, and other amenities offered. Pricing information in this section is considered to be part of the technical proposal, not the price proposal. PRICE PROPOSAL: A price proposal in accordance with the following CLINS must be provided. To be eligible for award under this solicitation, the hotel facility must propose for use a facility that is compliant with the requirements of 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 (www.usfa.fema.gov/hotel/search.cfm) and the Central Contractor Registration website (www.ccr.gov). Offers proposing facilities that are not listed will be rejected as technically unacceptable. 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. 1201 et Seq.). The hotel facility shall accommodate an estimated 2000 attendees with the following needs: Part A: Hotel Lodging 0001Three hundred and fifty (350) guest rooms. Three hundred and thirty (330) guest rooms with check-in on Monday, December 6, 2010, checkout on Thursday, December 9, 2010, and twenty (20) guest rooms with check-in on Sunday, December 5, 2010, and check out on Thursday, December 9, 2010. Guest rooms must be individual private sleeping rooms with toilet facilities. Payment shall be the sole responsibility of each participant. Lodging rates shall not exceed the prevailing federal government rate for selected area. CLIN 0001 shall not be priced or awarded on the subsequent contract. Lodging rates are solely to price and ensure per diem rates are not exceeded. Part B: Meeting Space 0002One general session room to accommodate 400 people set in round tables crescent style or set-up classroom style, without pillars, columns or other structures that block the view of presentations, and 15 ft or greater ceiling. Room shall be large enough to accommodate 350 people classroom style with aisles for easy traffic and ADA accessibility, with an additional 3000 sq. ft. for staging (anticipate six 6 x 8 x 36 risers set 48 wide x 6 deep and five 6 x 8 x 24 risers set 30 wide by 8 deep), a head table for 8 people, a standing lectern and audio visual equipment (rear screen projection anticipated). General Session room will be needed starting on Monday, December 6, 2010 for set-up (AV setup Monday all day) until Wednesday, December 9, 2010 on 24 hour hold. High speed Internet connectivity required in registration area (ref CLIN 0004). 0003Ten (10) Breakout rooms to accommodate 40 people each. Each breakout room shall be set in classroom style set-up with ample room for AV equipment, head table of 4 and a standing lectern. Breakout rooms will be needed starting on Monday, December 6, 2010 for set-up (AV setup Monday all day) thru Wednesday, December 9, 2010 on 24 hour hold. High speed Internet connectivity required in breakout rooms. 0004Registration area must be large enough to accommodate 4-5 registration booths and shall be set outside in close proximity of the general session room. Registration area will be needed starting on Monday, December 6, 2010 thru Wednesday, December 9, 2010 on 24 hour hold. High speed Internet connectivity required in breakout rooms. 0005One (1) Secured Office Room (near general session) for Planning/Management Team and their conference materials “ 10 people starting Sunday, December 5, 2010, thru Thursday, December 9, 2010 at 12:00 noon (24-hour hold). Room must have high speed internet connectivity and electrical connections. 0006One (1) secured room, no less than 600 sq ft, needed for audio visual storage Sunday, December 5, 2010 thru Thursday, December 9, 2010 at 5:00 p.m. (24-hour hold). Part C: Other Requirements 0007 Audiovisual: Equipment such as LCD Projectors, Screens, Flipcharts with Pad and Markers and others may be required, plus electrical connections. NOTE: Federal Government reserves the right to hire an outside audiovisual company without any penalties incurred as part of the fair practice procurement regulations. 0008 Food and Beverage: Only morning and afternoon coffee service and food items will be required. Attendees will be on their own for all other meals. Award will be made to the offeror determined to be most advantageous to the Government price and other factors considered. Award may be made with or without discussions with the offeror(s). Department of Veterans Affairs reserves the right to conduct an on-site inspection of offered facilities. All responsible sources that can meet the requirements and provide items as listed above may respond to this solicitation by submitting price and technical proposals. Any offer that does not meet the solicitation requirements will be rejected as technically unacceptable. The following provisions and clauses shall apply to this solicitation: FAR 52.252-2 Clauses Incorporated by Reference. This Contract incorporates one or more 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 clause may be accessed electronically at these locations: http://www.arnet.gov/far (FAR) and http://www.va.govoa&mm/vaar/ (VAAR); 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items. Commercial Items; 52.212-2 Evaluation Commercial Items (factors listed in descending order of importance: Each proposal received in response to the solicitation will be evaluated in accordance with the following evaluation criteria. The general criteria published in the solicitation are as follows: I. Technical Evaluation Factors: Size and Quality of Services and Accommodations 1. Guest Room and Meeting Space in a single facility. While the government may review alternate proposals, its highest preference is a single venue. 2. Meeting Space: Flexibility, Availability of Guest Rooms Required, Meeting Space as Requested, Quality of Meeting Space. A Department of Veterans Affairs Representative may schedule a site visit to validate size and quality of meeting space and accommodations. 3. Hotel Quality: Last renovation/update, Site Visit Observations, Literature Descriptions, Online Reviews. 4. Hotel Services: Full Service Hotel, Fitness Center, Parking, Guest room Internet, Onsite Restaurants, Shuttle to/from Airport. Variety of restaurants and shops within walking distance (not to exceed 3-4 normal city blocks) in a safe area. 5. Location: Proximity to downtown, airport, Metro/light rail, restaurants, and hospital or other medical facility. 6. Added Value: Complimentary/Discount AM/PM Breaks, Other Food and Beverage Discounts, Discount to Attendees on Food Outlets, Complimentary/Discount Guest Room Internet, Complimentary/Discount Meeting Room Internet, Complimentary Airport Transfers, Complimentary/Discount Shuttle Service, Room Upgrades at group rate, Complimentary/Discount Reception, Complimentary Guest Rooms, Complimentary/Discount Parking, and other complimentary considerations. The Department of Veterans Affairs policy will not guarantee a minimum amount of food and beverage revenue. II. Past Performance 1. Feedback from other planners 2. Provide up to three references of events of similar size and scope 3. Reviews online and commercially available customer comments III. Price Factors: 1. Lodging rates (room rates at or below per diem) 2. Meeting Room Costs as set forth in B above 3. Coffee service and coffee break food items costs 4. Other discounts or cost factors The evaluation factors in descending order of importance are: Technical Acceptance, Past Performance, and Price in descending order of importance. Subfactors are of approximately equivalent importance. The factors other than Price, when combined, are more important than Price. FAR 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders Commercial Items and in accordance with FAR 12.603(c) (2)(xii) the following provisions under the clause apply (b)(11)-(b)(15), (b)(19)(i), (b)(21), (b)(25) (b)(26) applies if Government Purchase Card is used, (c)(1), (c)(2), and (c)(4);; 52.233-2 Service of Protest (Sep 2006); VAAR 852-233-70 Protest Content/Alternative Dispute Resolution (JAN 2008); VAAR 852-233-71 Alternate Protest Procedure (JAN 1998); VAAR 852.270-4 Commercial Advertising; 852.237-70 Contractor Responsibilities; and 852.270-1 Representatives of Contracting Officers. 52.212-3 Offeror Representations and Certification-Commercial Items. Offerors must include a completed copy of the FAR 52.212-3 Offeror Representations and Certification along with proposal or be registered with On-Line Representations and Certifications (ORCA). Proposals shall include all information required in FAR 52.212-1, Schedule of Prices Offered, and a completed copy of provision FAR 52-212-3 or a statement of ORCA completion. Submit all price Proposals, descriptive literature, and technical proposal to: Carlos E. Rodriguez, CMP Event Manager/Contracting Officer Department of Veterans Affairs Employee Education Center 2011 Crystal Drive, Suite 150 Arlington, VA 22202 Phone (202) 443-6964 Fax (202) 495-6127, or email Carlos.Rodriguez4@va.gov Faxed proposals will be accepted. Closing date for receipt of proposals is Monday, November 8, 2010 at 7:00 AM ET Contracting Office Address: St. Louis Employee Education System; VA Medical Center, Bldg 2; 1 Jefferson Barracks Drive, St. Louis, MO 63125
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAC/VAAAC/VA77711RP0011/listing.html)
- Record
- SN02322784-W 20101106/101104234410-2cc00e949365e9dca255d35932640d5f (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 |