DOCUMENT
V -- VISN 18 Retreat Hotel - Attachment
- Notice Date
- 8/1/2011
- Notice Type
- Attachment
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of Veterans Affairs;VISN 18;4135 S. Power Rd. Suite 103;Mesa AZ 85212
- ZIP Code
- 85212
- Solicitation Number
- VA25811RQ0535
- Response Due
- 8/9/2011
- Archive Date
- 10/8/2011
- Point of Contact
- Joshua Pearlman
- E-Mail Address
-
.pearlman@va.gov<br
- Small Business Set-Aside
- Total Small Business
- Description
- VISN 18 Retreat - Santa Fe, New Mexico 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. Solicitation Number (VA-258-11-RQ-0535) is being issued as Request for Quotations (RFQ) using Simplified Acquisition Procedures under FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. This requirement is being issued as a small business set aside under NAICS Code 721110, Size Standard $7,000,000. Interested parties must quote on all line items. Partial quotes will not be accepted. Only one (1) firm fixed price contract award will be made as result of this combined synopsis/solicitation. REQUIREMENTS: Department of Veterans Affairs VISN 18, 6950 E. Williams Field Rd., Mesa, AZ 85212 has a requirement for lodging, parking, and meeting space to include food and beverages on September 12 - 15, 2011 for a location in Santa Fe, New Mexico. Proposed hotel location must be within five (5) miles of the Santa Fe Plaza (80 East San Francisco St. Santa Fe, NM 87501). The contractor must be able to provide all requirements specified for conference needs below. Rooms provided for lodging shall be private rooms with adequate toilet facilities. Audio/visual support for equipment setup will be required. The hotel must provide lodging rates within the Government per diem rate or lower for the area (Government per diem rates are governed by the General Services Administration and can be found at www.gsa.gov). VISN 18 reserves the right to conduct an on-site inspection of offered facilities. There will be no alternate dates considered for the purpose of this acquisition. Each conference attendee will be responsible for calling the hotel and making their own reservations and securing the reservation on their own credit card. The hotel should provide a cutoff date by which the reservations must be made to avoid paying for rooms not reserved for the conference dates. To be eligible for award under this solicitation, the hotel facility shall be listed with its current status on the Central Contractor Register (www.ccr.gov), be FEMA approved, 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 (www.usfa.fema.gov/hotel/search.cfm). Offers proposing facilities that are not listed will be rejected as technically unacceptable. In addition, the offeror's facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C. 12010 et. seq.). Hotel must be able to accommodate any special requirements associated with the aforementioned acts. Additionally, contractor must comply with Department of Veterans Affairs Informational Letter (IL) 90-01-9 Dated Sept. 5, 2001. The facility must have a 3 Diamond AAA rating or better (according to the AAA Diamond Ratings System). The Government will only pay for actual rooms used. The Government is not responsible for long-distance phone calls, movie rentals, internet fees and room service charges. All proposals should be received with a minimum of three (3) references that can be used to validate past performance. References should include groups of similar size, length of stay, type (i.e Government), etc. Offer may also submit any quality, cost control, or customer satisfaction awards they have received. All offers must either be accompanied by Representations and Certifications or the offeror must be currently registered in ORCA at website https://orca.bpn.gov/. The conference is to include one networking / dinner event. For employees in travel status, the first $36 of dinner expenses will be paid for through appropriated funds and remaining expenses over $36 will be paid for from canteen promotional funds. Vendor will be given invoicing instructions at the time of award. All other CLINS (except those for lodging rooms) will be paid for using a government issued purchase order. Federal Government policy does not permit a guaranteed amount of food and beverage revenue. Proposal should include sample menus for continental breakfast, morning refresh, afternoon break, and dinner. Statement of Work for detailed information: CLIN 0001Monday September 12, 2011 Maximum 95 lodging rooms for night of 9/12/2011, non smoking, one king bed, two double beds, or two queen beds. $_______________ CLIN 0002Tuesday September 13, 2011 7:00 am to 9:00 pm General Session Room to accommodate 95 attendees. Open square table formation or suitable alternative at discretion of customer. $_______________ CLIN 0003Tuesday September 13, 2011 7:00 am to 10:00 am Reception Table - Outside General Session Room Event Signage (VISN 18 Retreat) $_______________ CLIN 0004Tuesday September 13, 2011 7:30 AM - Continental Breakfast Pastries, Muffins, Bagels, Granola, Fruit, Yogurt, Juice, Coffee, Water 9:50 AM - Refresh Break Coffee, Juice, Water, Tea break, Soda 2:30 PM - Afternoon Break Soda, Juice, Water, Cookies, Fruit $_______________ CLIN 0005Tuesday September 13, 2011 Audio Visual Requirement in the General Session Room: Podium, A/V Cart, two wireless microphones, lavaliere Microphone, one large projection screen, projector, internet, wireless internet access for attendees, laptop with Power Point. Wireless presenter remote with laser pointerfor laptop. Audio visual support for equipment setup. $_______________ CLIN 0006Tuesday September 13, 2011 7:00 am to 9:00pm Four additional meeting rooms for breakout sessions To accommodate groups of 10-20 $_______________ CLIN 0007Tuesday September 13, 2011 6:00 pm Dinner for Maximum 95 people. Must include options for vegetarians. $_______________ CLIN 0008Tuesday September 13, 2011 Maximum 95 lodging rooms for night of 9/13/2011, non smoking, one king bed, two double beds, or two queen beds. $_______________ CLIN 0009Wednesday September 14, 2011 7:00 am to 7:00 pm General Session Room to accommodate 95 attendees. Open square table formation or suitable alternative at discretion of customer. $_______________ CLIN 0010Wednesday September 14, 2011 7:30 AM - Continental Breakfast Pastries, Muffins, Bagels, Granola, Fruit, Yogurt, Juice, Coffee, Water 9:50 AM - Refresh Break Coffee, Juice, Water, Tea break 2:30 PM - Afternoon Break Soda, Juice, Water, Cookies, Fruit $_______________ CLIN 0011Wednesday September 14, 2011 Audio Visual Requirement in the General Session Room Podium, A/V Cart, two wireless microphones, lavaliere Microphone, one large projection screen, projector, internet, wireless internet access for attendees, laptop with Power Point. Wireless remote presenter for laptop. Audio visual support for equipment setup. $_______________ CLIN 0012Wednesday September 14, 2011 Four additional meeting rooms for breakout sessions To accommodate groups of 10-20 $_______________ CLIN 0013Wednesday September 14, 2011 Maximum 95 lodging rooms for night of 9/14/2011, non smoking, one king bed, two double beds, or two queen beds. $_______________ CLIN 0009Thursday, September 15, 2011 7:00 am to 12:00 pm General Session Room to accommodate 95 attendees. Open square table formation or suitable alternative at discretion of customer. $_______________ CLIN 0010Thursday, September 15, 2011 7:30 AM - Continental Breakfast Pastries, Muffins, Bagels, Granola, Fruit, Yogurt, Juice, Coffee, Water 9:50 AM - Refresh Break Coffee, Juice, Water, Tea break $_______________ CLIN 0011Thursday, September 15, 2011 Audio Visual Requirement in the General Session Room Podium, A/V Cart, two wireless microphones, lavaliere Microphone, one large projection screen, projector, internet, wireless internet access for attendees, laptop with Power Point. Wireless remote presenter for laptop. Audio visual support for equipment setup. $_______________ CLIN 0012Thursday, September 15, 2011 Four additional meeting rooms for breakout sessions To accommodate groups of 10-20 $_______________ CLAUSES INCORPORATED BY REFERENCE: The following provisions and clauses shall apply to this solicitation: 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 this/these address(es): https://www.acquisition.gov/far/ (FAR) and http://www1.va.gov/oamm/oa/ars/policyreg/vaar (VAAR); 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) 52.212-2 Evaluation -- Commercial Items. The Government will award a 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: Pass / Fail Factors 1.Availability of preferred date(s)/timeframe 2.Property Available within delineated area 3.Inclusion on U.S. Fire Administration Hotel and Motel National Master List If an offer is found to fail any of the above factors their offer will not be evaluated further as the response will be considered to be "unresponsive." 1. Technical Capabilities A. Location (to include relative proximity to restaurants and entertainment); B. Accommodations (to include conference room space, and parking for attendees); C. Food Service Capabilities (pertaining to menus provided continental breakfast and snack); D. A/V capabilities (equipment provided in conference room space); 2. Past Performance (This factor considers the quality of the contractor's past performance services of similar nature. Contractor's without relevant past performance will not be evaluated favorably or unfavorably in regards to the past performance. Offer must provides samples of past performance experience to include customer satisfaction, quality of work, cost control.; and 3. Price A. Overall Price - (including lodging rates, conference room rental, food cost, and A/V rental) B. Availability of per diem rates or lower discount The evaluation factors are listed in descending order of importance. Technical factors and past performance, when combined, are significantly more important, when compared to price. 52.212-3 Offeror Representations and Certification - Commercial Items (AUG 2009); 52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (APR 2010); 52.215-1 Instructions to Offerors - Competitive Acquisition (JAN 2004) 52.222-3 Convict Labor (JUN 2003); 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 of 1965 (NOV 2007); 52.225-1 Buy American Act - Supplies (FEB 2009); 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-34 Payment by Electronic Funds - Other than Central Contractor Registration (MAY 1999); 52.233-2 Service of Protest (SEP 2006) 52.204-7 Central Contractor Registration (APR 2008); 13.5 ADDENDUM - ADDENDUM to FAR 52.212-5 Instructions to Offerors - Commercial Items Sub-Part 13.5 Test Program VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008); VAAR 852.233-71 Alternate Protest Procedure (JAN 1998); VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008); VAAR 852.273-74 Award Without Exchanges (JAN 2003). PROPOSAL REQUESTS: All requests for a solicitation package must be submitted in writing to Joshua Pearlman and Jason Narmi by email: Joshua.Pearlman@va.gov; Jason.Narmi@va.gov or fax to (480) 361-9460. Please include with your completed solicitation package all price, descriptive literature, and technical proposals. Completed proposals and informational materials shall be due no later than 5 PM PST on 08/09/2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25811RQ0535/listing.html)
- Document(s)
- Attachment
- File Name: VA-258-11-RQ-0535 VA-258-11-RQ-0535 CSS.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=226335&FileName=VA-258-11-RQ-0535-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=226335&FileName=VA-258-11-RQ-0535-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-258-11-RQ-0535 VA-258-11-RQ-0535 CSS.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=226335&FileName=VA-258-11-RQ-0535-000.doc)
- Record
- SN02516596-W 20110803/110801234659-705c30825bff0ba0b7c059fae7cc220f (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 |