Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2012 FBO #3812
DOCUMENT

U -- VA's Office of Policy & Planning Training and Examiner Conference - Meeting Space/Facility - Attachment

Notice Date
4/30/2012
 
Notice Type
Attachment
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of Veterans Affairs;Acquisition Service DC;Office of Acquisition Operations (003B));810 Vermont Avenue, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA10112Q0102
 
Response Due
5/18/2012
 
Archive Date
7/17/2012
 
Point of Contact
Anethra Facione
 
Small Business Set-Aside
N/A
 
Description
1. Type of Document: Combined Synopsis/Solicitation 2. Provide a NAICS Code: 531120 3. Title: VA's Office of Policy & Planning Training and Examiner Conference - Meeting Space/Facility 4. Response Date: Friday, May 18, 2012 5. Point(s) of Contact: Ms. Anethra Facione, Contract Specialist, phone: 202-756-1364, E-mail: Anethra.Facione@va.gov 6. Solicitation or Reference Number: VA-101-12-Q-0102 7. Description: This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 13.106, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation of which proposals are being requested. A written solicitation will not be issued. This requirement is not set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 531120 with a small business size standard of $35.5M. The solicitation provides for request of quote for one (1) Base and three (3) Option Periods. Base Period: Contract Line item Number (CLIN) 0001- Eight (8) tables and chairs in approximately nine (9) rooms that can accommodate sixty-five (65) individuals, their materials and laptops; rooms to include instructional equipment and materials, including, but not limited to, flip charts, audiovisual screens, projector, power cord and connectivity cables; refreshments for morning and afternoon breaks will also be included for the period from Date of Award - through June 22, 2012; Option Period 1: Contract Line item Number (CLIN) 0001- Eight (8) tables and chairs in approximately nine (9) rooms that can accommodate sixty-five (65) individuals, their materials and laptops; rooms to include instructional equipment and materials, including, but not limited to, flip charts, audiovisual screens, projector, power cord and connectivity cables; refreshments for morning and afternoon breaks will also be included for the period from June 26, 2012 - through June 29, 2012; Option Period 2: Contract Line item Number (CLIN) 0001- Eight (8) tables and chairs in approximately nine (9) rooms that can accommodate sixty-five (65) individuals, their materials and laptops; rooms to include instructional equipment and materials, including, but not limited to, flip charts, audiovisual screens, projector, power cord and connectivity cables; refreshments for morning and afternoon breaks will also be included for the period from July 24, 2012 - through July 27, 2012; Option Year 3: Contract Line item Number (CLIN) 0001- Eight (8) tables and chairs in approximately nine (9) rooms that can accommodate sixty-five (65) individuals, their materials and laptops; rooms to include instructional equipment and materials, including, but not limited to, flip charts, audiovisual screens, projector, power cord and connectivity cables; refreshments for morning and afternoon breaks will also be included for the period from July 31, 2012 - through August 3, 2012. The Contractor shall enough space for sixty-five (65) persons, including tables, chairs, equipment support package, flip charts, and refreshments for approximately sixteen (16) days provide within the Washington, DC Metropolitan Area of Postal Zip Code 2002 accessible to and from multiple modes of transportation, e.g. airports, trail, rail, taxi, bus and within (3) walking blocks (or 0.5 mile radius) of a Metro Station. Facility must be well lit, clean and safe for all attendees. Parking shall be held for at least five (5) individuals, of which those parking spaces costs will be the responsibility of the vehicle owners. The conference meeting space/facility shall be able to provide accommodations for sixty-five (65) individuals within or up to nine (9) meeting rooms and refreshments for the morning and afternoon breaks as described within the Section B.3 of the Request for Quote #VA101-12-Q-0102. The facility shall be secured during normal business hours as well as after operational hours. The Contractor shall provide the necessary labor, materials, supplies and equipment to ensure adequate conference instruction and operation, such as trash removal, daily cleaning, cables and connectivity capabilities, facility maintenance, lighting, and required compliance of making the facility handicap accessible in accordance with the 508 Compliant Regulations and Disabilities Act (ADA) as necessary to accommodate personnel, if required. The Government reserves the right to increase or decrease the number rooms or spaces required without penalty, provided notice and contract modification is given to the Contractor 30 days in advance. Inspection and acceptance of the services requested in this solicitation will be performed by the Contracting Officer (CO) or a Contracting Officer's Representative (COR). The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Contractors' submissions must include the following information: Dun & Bradstreet Number (DUNS); North American Industrial Classification System (NAICS) Code; Contact Name; Contact Email Address; Contact Telephone and Fax Number; Complete Business Mailing Address. The following additional clauses are cited: VAAR 852.252-70 Solicitation Provisions or Clauses JAN 2008), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (APR 2012), applies to this acquisition. 52.217-9 Option to Extend the Term of the Contract (Mar 2000); VAAR 852.237-70 Contractor Responsibilities (APR 1984); VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003). Full text of FAR clauses and provisions incorporated by reference can be found at www.arnet.gov. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov FAR 52.212-3 Offeror Representations and Certifications - Commercial Items. The Federal Acquisition Regulation requires offerors to complete Representations and Certifications through the Online Representation and Certification Application (ORCA) at least annually as of January 1, 2005. The offeror is hereby required to complete the ORCA via http://orca.bpn.gov prior to the response due date. The Contract Line Item information Numbers (CLINs), Items, Quantities, and Units of Measure shown in section B.2 PRICE/COST SCHEDULE table of the solicitation (VA101-12-Q-0102) will be requested from the successful bidder. Successful Contractor shall submit Pricing as a separate document, providing an attachment which includes the format of the table shown in the table aforementioned. Fixed rates shall include all costs and fees, and shall not include the local Washington DC tax as the procuring and paying entity is a Federal Government office. Questions in response to this solicitation shall be submitted NLT 2:00 PM EST Friday, May 11, 2012. All responsible sources may submit a quotation that, if timely received, shall be considered by the agency. Contact person: Ms. Anethra Facione at 202.756.1364; email: Anethra.Facione@va.gov. Please cite solicitation number VA101-12-Q-0102 in the quotation. Quotes must be received by NLT 2:00 PM EST Friday, May 18, 2012. Quotes shall be submitted electronically to Ms. Anethra Facione at Anethra.Facione@va.gov. 8. Period of Performance: One (1) Base Period from the Date of Award (DOA), plus three (3) Option Periods. 9. Place of Performance: The primary place of performance will be at the Contractor's facility located within the Washington, DC Metropolitan Area of Postal Zip Code 20002, accessible to and from multiple modes of transportation, e.g. airports, trail, rail, taxi, bus and within (3) walking blocks (or 0.5 mile radius) of a Metro Station.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA10112Q0102/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-12-Q-0102 VA101-12-Q-0102_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=331658&FileName=VA101-12-Q-0102-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=331658&FileName=VA101-12-Q-0102-000.docx

 
File Name: VA101-12-Q-0102 VA101-12-Q-0102_02.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=331659&FileName=VA101-12-Q-0102-001.DOCX)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=331659&FileName=VA101-12-Q-0102-001.DOCX

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: DC Metropolitan Area
Zip Code: 20002
 
Record
SN02734501-W 20120502/120430235043-5992080c1010d95092106b0616091995 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.