SOLICITATION NOTICE
X -- Rental of Training Room Space/Accommodations
- Notice Date
- 3/5/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018910TN040
- Response Due
- 3/16/2010
- Archive Date
- 3/31/2010
- Point of Contact
- Susan L Temple 757 396 8513 susan.temple@navy.mil
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-10-T-N040. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-38 and DFARS Change Notice 2009-1229. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 531120. The Fleet and Industrial Supply Center - Norfolk Naval Shipyard requests responses from qualified sources capable of providing: Description/Specifications for Meeting Room Space: 1.Period of this Performance 29 Mar 10 - 28 Feb 11 2.Room Standards (See Diagram A, B, C) - Two rooms are required (one room can be used if large enough to accommodate Lecture room and Exercise/Simulation room setup) for each class shown on attached schedules. Lecture room (Diagram A) is always needed with either Diagram B, or C depending on the type of class being conducted. Rooms do not need to be next to each other, however, they should be in close proximity to each other. a.Lecture room must be capable of seating 24 students in a U-Shape minimum square footage allowable is 1000 sq. ft (minimum width is approx 20 ft.). Room must be set by Contractor according to diagram prior to training (See Diagram A: Lecture Session of Meeting Room set up). Access for meeting room set up must be the day prior starting no later than 1300 hours. For example, a Monday morning meeting will need Sunday access to set and prepare for training. Minimum requirements for the room are as follows:i.No less than 1000 sq. ft.ii.8' and 6' tables configured to a U-shape accommodating 22 seated studentsiii.Two (2) 6' tables set for instructors in rear of room (See diagram A)iv.One (1) 6' table for projection screenv.One (1) Projection tablevi.One (1) large trashcan approx 30 gal. to be emptied each dayvii.Electrical outlets to accommodate:1.Thirty (30) laptops2.One (1) Projector3.One (1) set of speakersviii.Free Wireless Internet Access to accommodate a minimum of thirty (30) laptopsix.Be accessible from 1300 on Sunday(s) until 2000 on Friday(s) b.Exercise/simulation room must be capable of holding 24 students in configuration (as depicted in the diagrams B, or C). Government will provide class type at least 24 hours in advance. Minimum space requirement is 1000 sq. ft. Room must be set by Contractor according to diagram prior to training (See Diagram B or C). Access for exercise/simulation room set up must be the day prior starting no later than 1300. For example, a Monday morning class will need Sunday access to set and prepare for training. Minimum requirements for the room are as follows:i.No less than 1000 sq. ft.ii.8' and 6' tables configured per Diagram B, or C: iii.Electrical outlets to accommodate:1.Thirty (30) laptops2.One (1) Projector3.One (1) set of speakersiv.Free Wireless Internet Access to accommodate a minimum of thirty (30) laptopsv.Be accessible from 1300 on Sunday(s) until 2000 on Friday(s) c.On-Site Instructor Room - Contractor shall provide a room (approx 20' X 20', 400 sq. ft) as an on-site instructor work space accessible 7 days per week. Minimum requirements for the room are as follows:i.Room shall be a secure (lockable) roomii.Worktable no less than 8 ft.iii.Minimum of 8 chairsiv.Electricity for multiple laptops (minimum of 4 dedicate outlets)v.Free wireless internet connectivity for multiple laptopsvi.One (1) telephone for local calls, 800 calls, and speakerphone capable calls. d.Storage Room - Contractor shall provide a room (approx 8' X 8', 64 sq. ft) as an on-site storage space to provide storage for materials such as easels, books, manuals, etc.. Minimum requirements for the room are as follows:i.Room shall be a secure (lockable) roomii.Accessible 7 days per week 3.Projected/Estimated Training Room Needs: The Government estimated class room needs for any given week is between 0 and 3. The yearly need for class year is approximately between 40 and 50 classes per year. The Government will provide contractor a projected schedule two months in advance. However based on the type of work conducted by the Government emergent needs and changes to the schedule will arise. The Government will work with the Contractor to resolve schedule changes. 4.Site Survey - An on-site, site survey will be required prior to award of contract to evaluate the Contractors capability to meet the statement of work. 5.Parking Standards - Adequate free parking for 30 attendees (this is a per class requirement). This is to accommodate all students in addition to instructors and any guest lecturers. Should there be more than one class, adequate parking for all students in each class would be required. 6.Food and Beverage Accessible - The facility must be within close proximity to several restaurants offering food and beverage options allowing the students to get their lunch within their allocated 45 minute lunchtime. Food options needs to be reasonably priced between $4 - $7 (avg. cost for lunch). NOTE: Although there is NO guarantee by the government, based on historical data, each class averages 15 guest rooms used for an average of 5 days. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.219-28 Post Award Small Business Program Representation52.222-3 Convict Labor52.222-19 Child Labor - Cooperation with Authorities and Remedies52.222-21 Prohibition of Segregated Facilities52.222-26 Equal Opportunity52.222-36 Affirmative Action for Workers with Disabilities52.222-50 Combating Trafficking in Persons52.225-13 Restriction on Foreign Purchases52.232-33 Payment by Electronic Funds Transfer - CCR FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and technical acceptability. Technical acceptability will be determined by review of information submitted by the vendor/contractor which must provide a description in sufficient detail to show that the services meet the Government's requirement. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items This synopsis/solicitation shall close at 2:00 p.m., EST on Tuesday March 16, 2010. SUBMIT YOUR QUOTE VIA EMAIL TO: susan.temple@navy.mil no later than 2:00 p.m., Eastern Standard Time on Tuesday March 16, 2010. Oral communications are not acceptable in response to this notice. Point of Contact is Susan Temple who can be reached at 757-396-8513 or email susan.temple@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. All quotes shall include price(s), FOB point, delivery date, a point of contact, name and phone number Tax I.D. #, Duns #, Cage Code, GSA contract number if applicable, business size, payment terms, and a completed copy of 52.212-3 and its ALT. Facsimile quotes will not be accepted. Each response must clearly indicate the capability of the vendor/contractor to meet all specifications and requirements. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/522c8aefb86c6a88c9aed65c4f9adab5)
- Record
- SN02083840-W 20100307/100305234727-522c8aefb86c6a88c9aed65c4f9adab5 (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 |