SOLICITATION NOTICE
X -- TRAINING SPACE FOR FEDERAL SECTOR COURSES
- Notice Date
- 1/11/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Equal Employment Opportunity Commission, Office of the Chief Financial Officer, Acquisition Services Division, 131 M Street, NE, 6th Floor, Washington, District of Columbia, 20507, United States
- ZIP Code
- 20507
- Solicitation Number
- RFQ005-12
- Archive Date
- 2/3/2012
- Point of Contact
- Gregory A Browne, Phone: (202) 663-4292
- E-Mail Address
-
gregory.browne@eeoc.gov
(gregory.browne@eeoc.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Federal Acquisition Regulation Part 12, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The Contracting Officer is utilizing policies and procedures prescribed in Part 12, Acquisition of Commercial Items. This solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55 effective on January 3, 2012. Hotels and other full service facilities that can satisfy the requirements listed below are encouraged to submit a quotation. This solicitation is considered an unrestricted procurement. The U.S. Equal Employment Opportunity Commission (EEOC), through its EEOC Training Institute has a requirement for a contractor to provide a full service training facility to include training space, food and beverage service, and audio-visual equipment/training aid support services for the EEOC Training Institute federal sector courses being offered on the following dates: New Counselor and New Investigator Courses - 5-day courses - Maximum Attendees = 35 per session. All sessions for each course run from Monday - Thursday, 8:00 a.m. - 5:00 p.m.; and, Friday 8:00 a.m. - 12:30 p.m. -April 9 - 13, 2012: one class -April 30 - May 4, 2012: one class -May 14 - 18, 2012: one class -June 4 - 8, 2012: one class -June 18 - 22, 2012: one class -July 16 - 20, 2012: two classes (separate classrooms) -August 20 - 24, 2012: two classes (separate classrooms) -September 17 - 21, 2012: two classes (separate classrooms) -October 22 - 26, 2012: two classes (separate classrooms) The above mentioned training courses provide education to employers, attorneys, unions, and other interested parties in the Federal sector on the laws enforced by EEOC. No other dates will be considered for the training courses. Location Requirement: To be eligible for consideration, the contractor's proposed training facility for the Federal Sector Courses must be located in the following location: Washington, DC only. Training facilities located in suburban Virginia or Maryland will not be considered. All proposed training facilities must be easily accessible to public transportation and within walking distance of a WMATA Metro station. The EEOC contemplates the award of a Firm-Fixed Price Contract. The quotation package shall include the following line items in a written quotation: CLIN 0001. Rental of Training Space - Quantity 45 days each (See List of Meeting Space Requirements below), Unit Price $ _____, Total for CLIN 0001 $ _____; CLIN 0002. Food and Beverage Services - Quantity 45 days each (See List of Food & Beverage Requirements below), Unit Price $ _____, Total for CLIN 0002 $ _____; CLIN 0003. Rental of Audio-Visual Equipment & Training Aid Support - Quantity 45 days each (See List of Audio-Visual Requirements below), Unit Price $_____, Total for CLIN 0003 $_____. Total Price for CLINs 0001 through 0003 _____. A contract will be awarded to a responsible vendor whose quotation represents the best value to the Government. Interested parties must indicate in their quotation whether they accept payment via Government-wide commercial purchase card. The prospective contractor must be registered in the Central Contractor Registration (CCR) database prior to award of the resulting contract. Registration is free and can be completed on-line at http://www.ccr.gov/. Each quotation must clearly indicate the capability of the vendor to meet the requirements specified in this combined synopsis/solicitation. General Requirements: The following requirements for the training facility are specified in terms of minimum requirements. Business Services Requirements: Check-in Services - Check-in of registered attendees will occur between 8:00 AM and 8:30 AM on the first day of each course. The contractor shall provide space for check-in of attendees and access for set-up of meeting room(s) to distribute training materials prior to the beginning of each class. Secured Storage Space: The contractor shall provide for the receipt and accommodation of government course materials (approximately 5-6 boxes, per course, each weighing about 25-30 pounds) prior to the scheduled course. The contractor shall store the materials received in a secure place accessed only by an authorized contractor official. Training Space Requirements: All training space must be set up in classroom style with training or instruction as the main purpose of the design. The contractor shall provide the following: Space: One large room (per class) with seating in rounds or pods of 6 persons each. The room shall accommodate 35-40 participants comfortably with adequate space for material and writing room, with each table having moveable chairs. Sound Acoustics: Room must have a suitable sound system so all participants may hear and ask questions of the speakers. Walls should be constructed in such a manner that they confine sound and reduce or prevent the transmission of extraneous sound. Meeting rooms that are divided by partitions must be sound proof enough to prevent disturbance from other outside traffic. Meeting rooms should be equipped with a working sound system which may be controlled by the speaker and which projects equally to all areas of the room. Furniture: Chairs and tables or desks of sufficient size and in acceptable condition. Acceptable condition means that furniture is not broken, soiled, rusted or damaged in any way that would injure the individuals or damage clothing. Chairs must be comfortable for long periods of sitting. Note that aisle space, including the space between tables or desks, needs to be accessible for a person in a wheelchair. View of Speakers: Rooms should be configured as to allow every participant a clear view of the speaker and all visual aids. Lighting: Rooms should be well lit to accommodate extensive reading and writing. Lighting should be uniform and should not produce a glare. Ventilation: Meeting room should have adequate ventilation, heating and air conditioning which maintains air quality and room temperature at comfortable levels when rooms are at maximum capacity. Security: Meeting space should be secured (keyed or cardkey entrance) so class attendees may leave their training materials and personal belongings in the classroom when class is not in session. Food and Beverage Requirements: All food and beverage services need to be located in areas accessible to individuals with disabilities (e.g. wheelchair-accessible). The contractor shall submit with their quotation a price list for proposed food and beverages for the training courses conference as follows: continental breakfast, and breaks (AM and PM). Pricing for food and beverage shall include the price for the item, plus the gratuity (service charge), and a statement from the contractor indicating whether, and under what conditions the U.S. Government is exempt from state tax. Continental Breakfast. The contractor shall provide each morning of each training course, a continental breakfast of danish, muffins, and freshly brewed coffee, decaffeinated coffee, tea and assorted fruit juices, to be available at 7:30 a.m.. Food shall be left in the area until after the morning break. Please provide a list of continental breakfast items available and their related prices. Morning Break. The contractor shall serve the AM break each training day, between 10 a.m. and 10:15 a.m. The AM break menu shall consist of the following beverages (i.e., refresher regular and decaf coffee, hot and ice tea, bottled water, and ice). Please, provide a list of beverages available, and their related prices. Lunch. Attendees will be on their own for lunch. Afternoon Break. The contractor shall serve the PM break each training day, between 3:00 p.m. and 3:15 p.m., (except Friday for the week-long courses). The PM break menu shall consist of beverages and light snacks (i.e., sodas, bottled water, cookies/brownies or fruit and ice water, etc.). Please, provide a list of beverages, snacks available, and their related prices. All interested parties shall provide a price list of recommended continental breakfast items, beverages, and snacks, when responding to this RFQ. Audio Visual (AV) Requirements: The contractor must submit a detailed price list for the AV Equipment and technical support. The contractor shall provide the following items and technical support in the large Meeting Room: 1. A computer projection screen to provide adequate viewing for a room with 35-40 attendees. 2. An LCD projector either built into the room or provided on a movable cart with electrical connections and cords to accommodate both the LCD projector and a laptop computer. 3. A laptop computer or other technical device to run Microsoft Powerpoint programs. 4. Flipchart requirements: 7-8 flipcharts, one for each table of 6 students and one for the front of the room 5. Portable podium with 2 wireless microphones (either lavalier or table microphone) depending on the preference of the instructor. 6. The contractor will be responsible for setting up the audio-visual equipment and provide technical support to the instructor throughout each training session. Other Requirements: Parking: There should be adequate parking spaces for all participants at the training facility. Accessibility: All facilities, including rest rooms and audio-visual equipment, must be fully accessible to individuals with disabilities. The facility shall meet all Americans with Disabilities Act of 1990 requirements. Accommodations for disabled individuals may include, but are not necessarily limited to, wheelchair ramps and accessible parking spaces, elevators, sound systems and aisles. Other Services: The contractor shall provide the participants access to internet, telephone, facsimile, and copying services during the conduct of the course. The contractor shall provide internet, copying and facsimile services at nominal fee. A nominal fee is considered the average fee charged by comparable facilities for the above mentioned services. Contract Administration: The Contracting Officer's Representative (COR) under the resulting contract will be designated at the time of the contract award. The COR or his/her designated representative will contact the contractor within seventy-two (72) hours of the event to confirm the number of participants for the refreshment order. The EEOC Training Institute is part of the Equal Employment Opportunity Commission and as a federal agency, is not subject to state and local taxes. The US government is self-insured. EEOC does not purchase general liability insurance but, under the Federal Tort Claims Act, the U.S. is liable for damages to persons or property caused by the negligent actions of its employees acting within the scope of their duties. In addition, federal employees who are acting in the scope of their duties are covered by the Federal Workers Compensation Program. Method of Payment: The preferred method of payment for services rendered is payment by government-wide commercial purchase card. Invoice Instructions: The contractor shall submit an invoice to the Contracting Officer's Representative within five (5) days following the event. Any invoice submitted must reference the contract number identified in Block 2 on page 1 of EEOC's contract. The contractor agrees not to apply any charges to the government purchase card until the final invoice has been reconciled by the Contracting Officer's Representative, and the COR authorizes the charge. Cancellation Policy: Should EEOC elect to cancel this contract, EEOC will provide a written notification of cancellation to the contractor no later than thirty (30) calendar days prior to the scheduled course date. By receipt of this written cancellation notification within the period specified, the contractor agrees to release EEOC from any cancellation penalties or charges. If there is a cancellation within thirty (30) calendar days of the scheduled event date, Paragraph (l) Termination for the Government's Convenience or (m) Termination for Cause of FAR 52.212-4, Contract Terms and Conditions - Commercial items shall govern. All interested parties shall submit with their quotation a detailed breakdown of all costs to include training space, food and beverage service, audiovisual equipment and training aid support, and any other miscellaneous charges. Submission of Quotation: Your quotation in response to RFQ005-12 is due January 19, 2012, 2:00 p.m. EST. The mailing address is as follows: U.S. Equal Employment Opportunity Commission, Acquisitions Services Division, 131 M Street, N.E., Room 4SW26D, Washington, D.C. 20507 Attn: Gregory Browne; Contracting Officer. A quotation submitted via e-mail addressed to gregory.browne@eeoc.gov with a cc: copy to joseph.pishoneri@eeoc.gov will be accepted. Questions regarding this request for quotation should be submitted to Gregory Browne, via e-mail at gregory.browne@eeoc.gov. Telephone inquiries or responses are not acceptable. The deadline for submission of questions regarding RFQ005-12 is January 13, 2012 at 2:00 p.m. EST. The Government will not reimburse interested parties for any cost associated with responding to this business opportunity. All responsible sources may submit a quotation which shall be considered by the agency. The anticipated contract award date is on or before February 9, 2012. Basis for Award The Government intends to award a contract to the responsible quoter whose quotation is responsive to the solicitation and is determined to be the best value to the Government, using the tradeoff approach. Selection of the best value to the Government will be achieved through a process of evaluating the strengths and weaknesses of each quoter's quotation against the evaluation criteria described below. In determining the best value to the Government, the Technical Capability and Past Performance Evaluation Criteria, when combined, are more important than the evaluated price. The Government is more concerned with obtaining a superior Technical Capability quotation than making an award at the lowest evaluated price. However, the Government will not make an award at a price premium it considers disproportionate to the benefits associated with the evaluated superiority of one technical quotation over another. Thus, to the extent that quoter's technical and past performance quotations are evaluated as close or similar in merit, the evaluated price is more likely to be a determining factor. Factor 1-Technical Capability: a. Contract Requirements: Quotations will be evaluated on the quoter's ability to: 1. Provide all of the contract requirements regarding meeting space, food and beverage service, audio visual equipment and technical support. 2. Quotations must address the quoter's ability to meet ADA requirements for accessibility as it relates to the meeting space. 3. Quotations will be evaluated on the quality of the customer services provided and the quality of the facilities reflected in maintenance and upkeep of the facilities. b. Location: Quotations will be evaluated on the ability of the quoter to provide a facility located in Washington, DC with inexpensive transportation options to and from the airport, from nearby hotels, and from the local commuting area. Quotations must address safety and security issues both within the facility and the surrounding area. c. Availability of Dates: Quotations will be evaluated on the ability of the quoter to provide the required services on the dates requested. Factor 2 - Past Performance: (a). The quoter must provide references for at least three (3) government or non-government contracts which provide the same or similar services; contracts must have been awarded within the past threee (3) years. Contact information should include the following: Name and address of government agency or other non-government client; Name, title, e-mail, and telephone number of Contracting Officer, or other point of contact; Name, title, e-mail, and telephone number of client's program manager, if applicable; contract number, period of performance, and total dollar value of contract; and description of services provided. List any problems encountered on each contract and the quoter's corrective actions. EEOC will evaluate past performance based on timeliness, customer service, and corrective actions taken (if necessary). (b). In the event that a quoter has no Past Performance history, this rating factor will be considered neutral and will neither increase nor decrease the overall rating. Factor 3 - Price: The government will evaluate price quotations submitted in comparison to the independent government cost estimate. Notice: The Government intends to evaluate quotations and make award without discussions (except clarifications as described in FAR 15.306(a)). Therefore, the quoter's initial quote should contain the vendor's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions, if the Contracting Officer later determines them to be necessary. The Government also reserves the right to conduct a site visit prior to award. The Government reserves the right of choice of venue should litigation/arbitration of this contract be necessary. The provisions at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. The provisions at 52.212-2 Evaluation-Commercial Items applies to this acquisition. The quoter shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with your quote. The quoter shall include a completed copy of the provision at 52.222-52 Exemption from Application of the Service Contract Act to Contracts for Certain Services - Certification with your quote. The Clause 52.212-4, Contract Terms and Conditions-Commercial Items and Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Order-Commercial Items are incorporated by reference. Clause 52.203-6, Restrictions on Subcontractor Sales to the Government ‘ Alternate I, Clause 52.222-3 Convict Labor, Clause 52.222-19 Child Labor - Cooperation with Authorities and Remedies, Clause 52.222-21, Prohibition of Segregated Facilities, Clause 52.222-26 Equal Opportunity, Clause 52.222-35 Equal Opportunity for Veterans, Clause 52.222-36 Affirmative Action for Workers with Disabilities, Clause 52.222-37 Employment Reports Veterans, Clause 52.222-41 Service Contract Act of 1965, Clause 52.222-50 Combating Trafficking in Persons, Clause 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements, Clause 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, Clause 52.225-13 Restrictions on Certain Foreign Purchases, and Clause 52.232-33, Payment by Electronic Funds Transfer ‘ Central Contractor Registration are incorporated by reference. To obtain the above provision/clauses in full text, please visit https://www.acquisition.gov/far/index.html. Method of payment: Electronic Funds Transfer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EEOC/OCFOAS/PMD/RFQ005-12/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, 20002, United States
- Zip Code: 20002
- Zip Code: 20002
- Record
- SN02652772-W 20120113/120111234902-39431430700d6f5ebb4b9792ffaa9425 (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 |