SOLICITATION NOTICE
R -- Executive Level Conference Center Services - Package #1
- Notice Date
- 8/31/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Office of Personnel Management, Center for Contracting, Facilities & Administrative Services, Contracting, 1900 E Street, N.W., Room 1342, Washington, District of Columbia, 20415-7710, United States
- ZIP Code
- 20415-7710
- Solicitation Number
- OPM2612R0035
- Point of Contact
- Terri J. Miller, Phone: 2026062518, Antoinette M Campbell, Phone: 202606-4806
- E-Mail Address
-
Terri.miller@opm.gov, antoinette.campbell@opm.gov
(Terri.miller@opm.gov, antoinette.campbell@opm.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment 10 Attachment 9 Attachment 8 Attachment 7 Attachment 6 Attachment 5 Attachment 4 Attachment 3 Attachment 2 Attachment 1 Combined Synopsis Solicitation COMBINED SYNOPSIS/SOLICITATION 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. The Solicitation number is: OPM26120035 and is issued as a Request for Proposal (RFP). This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-60 dated August 27, 2012. The North American Industrial Classification System (NAICS) code is 561210 and the small business size standard is $35.0 million. This procurement is unrestricted, allowing small and large businesses to submit proposals. The Office of Personnel Management's (OPM), Human Resources Solutions (HR Solutions) enterprise provides services that assist the Federal Government in achieving their missions by: (1) partnering with agencies to provide effective human resource solutions that develop leaders, attract and build a high quality public sector workforce, and transform agencies into high performing organizations; and (2) offering services that enhance agencies' ability to attract and acquire specific talent. FEI is a training facility located in Charlottesville, Virginia and operated by the OPM, Washington, D.C. FEI is open 52 weeks a year and holds classes about 50 weeks a year. The contractor will be responsible for the management of the FEI campus consisting of four buildings containing 91 bedrooms, 40 offices, 17 classrooms, two dining rooms, a kitchen, a fitness center, two multi-purpose rooms, 14 acres of grounds and parking areas. FEI has an estimated 81,450 gross square feet with 73,250 occupied square feet. Each building is two to three stories. FEI Programs consists of its flagship program, The Leadership for a Democratic Society (LDS), four-week program, FEI multi-agency open enrollment programs, that are scheduled and advertised in advance, and FEI single-agency custom designed programs for Government agencies. On average there are eleven four-week LDS programs each year for 72 to 80 executives and a total of fifty multi-agency open-enrollment, and single-agency custom designed programs delivered each year. These programs range from one day to two weeks long. The number of participants for each open-enrollment and custom designed program/course ranges from 10 to 40. An estimated 4,000 participants are anticipated for Fiscal Year 2013. For more than three decades, the Federal Executive Institute has been charged with the development of career executives. In a memorandum to agency heads in October 1968, then President Lyndon B. Johnson wrote that the critical importance of our federal programs demands the highest level of talent in our career leadership. In order to improve the quality of government for the American people, President Johnson established the Federal Executive Institute by Executive Order 11348, and he asked agency heads to send their most talented and promising people to its programs. FEI has focused on the development of the individual executive by creating an interagency residential learning center with a curriculum that addresses broad perspectives basic to effective performance in the senior executive service. The overall objective of the FEI programs is to assist agencies in the development of their career executive corps, linking individual development to improved agency performance. The overarching theme of the program is that federal executives operate within a Constitutional framework that provides a unique perspective and set of challenges. Federal executives are neither as free as their private sector counterparts to chart whatever direction seems most promising to meet citizen needs nor as constrained as many of their federal colleagues feel in their ability, indeed their obligation, to act responsibly as public servants. The FEI serves the Federal government's highest level executives and therefore requires the contractor to provide the highest quality personnel and service in all areas for which they are responsible. In support of its mission to develop individual executive by creating an interagency residential learning center with a curriculum that addresses broad perspectives basic to effective performance in the senior executive service, HRS needs to acquire a contractor to provide executive level conference center services at FEI. OPM intends to award a Firm-fixed Price contract to an offeror that represents the best value to the government. The contractor shall provide all labor, incidental materials, and other services necessary to render services under the resulting contract, see Performance Work Statement (PWS) Statement detailed below. The period of performance is for five (5) years (base period of one (1) year plus four (4) one year option periods) from the date of award. Site visit: Offerors may participant in a schedule site visit at the Federal Executive Institute to observe the executive level conference center services. The site visit is optional and in no event shall failure to visit the site constitute grounds for a claim after contract award. The site visit is scheduled at the following time and place: DATE: September 18, 2012 TIME: 11:00 A.M. Eastern Standard Time (EST) LOCATION: Federal Executive Institute, 1301 Emmet Street, Charlottesville, VA. Vendors interested in attending the site visit shall email contracting officer Terri Miller at terri.miller@opm.gov no later than 2:00 P.M. EST on September 14, 2012, with the vendor name, number of contractor personnel requesting to attend, name and title of such personnel, and personnel telephone/cell numbers. Only e-mailed requests for additional information will be accepted at Terri.Miller@opm.gov through 10:00 AM, EST, September 25, 2012. Technical and Pricing proposals MUST be in two separate volumes. Each of the parts shall be separate and complete, so that evaluation of one may be accomplished independently of and concurrently with the evaluation of the others. If your technical and price proposal is not submitted in two separate files, your response to this solicitation will be considered non-responsive and withdrawn from consideration. Interested offerors must submit their technical and price proposals to the OPM's Contracting Group by 10:00 AM Eastern Standard Time (EST), October 19, 2012. A copy of the technical and price proposal shall be submitted as two (2) separate files on a USB Flash drive to: Office of Personnel Management ATTN: Terri Miller (SOL # OPM2612R0035) 1900 E Street NW, Room 1342 Washington, DC 20415 In addition to the USB Flash drive, offerors are required to submit technical and prices proposals in separate files via email to: terri.miller@opm.gov. Vendors not registered in the System for Award Management (SAM) database and not registered in the VETS-100 database at the time the requirement is to be awarded will not be considered. If an offeror does not meet the requirements of filing a VETS100/100A report, the offeror must provide a screenshot from the USDOL website that VETS100/100A reporting is not required with the offeror's proposal. Vendors may register with SAM by calling 1-866-606-8220, or by accessing www.sam.gov. For additional information regarding VETS100-100A please visit http://www.dol.gov/vets/vets-100.html. For filing assistance please visit: http://www.dol.gov/vets/vets100filing.htm. Communications: All communications shall be directed to the attention of: Name: Terri Miller Title: Contracting Specialist Terri.Miller@opm.gov NOTE: COMMUNICATIONS WITH OTHER OFFICIALS OTHER THAN THE OPM CONTRACTING OFFICIAL INDICATED ABOVE, MAY COMPROMISE THE COMPETITIVENESS OF THIS ACQUISITION AND RESULT IN THE CANCELLATION OF THE SOLICITATION AND/OR EXCLUSION OF YOUR PROPOSAL FROM THIS SOLICITATION. See Attachments for details
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/OPM/OCAS/CD/OPM2612R0035/listing.html)
- Place of Performance
- Address: Federal Executive Institute, 1301 Emmet Street, Charlottesville, Virginia, 22903, United States
- Zip Code: 22903
- Zip Code: 22903
- Record
- SN02864048-W 20120902/120831235340-1ebf67b0e27dccd2d9ce95cfbe60d858 (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 |