Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 30,1997 PSA#1835

Department of Defense Education Activity, Hqs, Procurement Div, 4040 N. Fairfax Drive, 8th Floor, Arlington, Va 22203

X -- LODGING/CONFERENCE FACILITIES DUE 051597 SOL MDA410-97-R-0002 DUE 051597 POC Tim Graf, Contracting Officer, (703) 696-3843, extension 4104 (i.) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii.)This SOLICITATION NUMBER MDA410-97-R-0002 is issued as a request for proposal. (iii.)This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #90-45 final rule effective 1/1/97. (v.)(1) The standard industrial classification (SIC) code for this acquisition is 7011. (2) The small business size standard is $5,000,000 (insert size standard). (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (vi.)List of CONTRACT LINE ITEM NUMBERS: CLINs 0001, 0002, 0003 and 0004: Lodging/Conference room accommodations. (vii.) DESCRIPTION OF REQUIREMENTS: The Department of Defense Dependent Schools (DoDDS) intends to enter into a fim fixed price contract to provide lodging, meals, conference/break-out rooms and audio-visual/equipment for 55 participants and instructors for the Teaching Middle Grades (7-8) Mathematics Workshop to be help August 4 -- 8, 1997 in San Jose, California. CLIN 0001 -- LODGING -- The contractor shall provide single occupancy rooms for six nights beginning August 4, 1997 through August 8, 1997. Each room shall be free from any hazards or deficiencies that could adversely affect the personal health or safety of the occupants. CLIN 0002 -- MEALS -- The contractor shall provide breakfast, lunch and dinner (buffet or sit-down) as follows: August 3 (Sunday) dinner for 55, August 4 (Monday) breakfast, lunch and dinner for 55, August 5 (Tuesday) breakfast, lunch and dinner for 55, August 6 (Wednesday) breakfast, lunch and dinner for 55, August 7 (Thursday) breakfast, lunch and dinner for 55, August 8 (Friday) breakfast, lunch and dinner for 55, August 9 (Saturday) breakfast for 55. CLIN 0003 -- CONFERENCE/BREAKOUT ROOMS -- The contractor shall provide one large conference room with curtained windows for outside light, and an interior space with unobstructed view, (i.e. no columns or poles) which will comfortably accommodate 55 participants and their instructors from Monday, August 4, 1997 through Friday, August 8, 1997. The large conference room shall be furnished with large round tables to seat 4-6 persons at each table and 6 extra round or rectangular tables to hold math manipulatives and instructional materials. In addition, 3 additional break-out rooms are required to accommodate 20 people with a corresponding number of tables. Each of the conference rooms shall have large wastebaskets and each group tables shall be provided with drinking glasses and ice water. Workshops will begin at 8:00 AM and end at 4:00 PM daily, Monday through Friday. CLIN 0004 -- AUDIO VISUAL/EQUIPMENT -- The contractor shall provide overhead projectors and screens, for the large conference room and each of the break-out rooms. Videocassette recorders, monitors and all cables and connections should be available in each of the instructional rooms. Two flip charts or white boards are also required per instructional room. (viii.)Hotel Location/Place of Performance -- The hotel must be located in a convenient location to downtown and the airport and within 4 blocks distance to the Transportation Agency Light Rail System. (viii.) FAR 52.212-1, Instructions to Offerors-Commercial, is incorporated by reference and applies to this acquisition. (ix.) FAR 52.212-2, Evaluation-Commercial Items, is incorporated by reference and applies to this acquisition. ADDENDUM. 52.212-2, Para. (a). The following factors shall be used to evaluate offerors technical capability and price. Technical capability is approximately equal to price. Offerors are encourage to submit, if available, a copy of conference/meeting room floor plans and a copy of meeting room capacity charts. A cost proposal/price quote must include a separate price for each of the CLINs described above. All lodging and meals shall be priced within the current prevailing per diem rates as listed in the Joint Travel Regulations (JTR). (x.) Offerors SHALL include a COMPLETE copy of the provision 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, with its proposal. (xi.) FAR 52.212-4. "Contract Terms and Conditions -- Commercial Items" is incorporated by reference and applies to this acquisition and resulting contracting. The following terms and conditions are added as an addendum to this clause: Type of contract: The resulting contract will be firm fixed price. (xii.) FAR 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Oct. 1995) is incorporated in this contract by reference, however for paragraphs (b) and (c) only the following provisions apply to this acquisition: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (41 U.S.C. 423), FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637(d)(2) and (3)), FAR 52.222-26, Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (29 U.S.C. 4212), FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52,222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). FAR 52-225-19, European Community Sanctions for Services (E.O. 12849), DFAR 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (FEB 1997), DFAR 252.225-7001, Buy American Act and Balance of Payment Program (41 U.S.C. 10, E.O. 10582), DFAR 252.225-7012, Preference for Certain Domestic Commodities, (xiii.) ADDITIONAL CONTRACT REQUIREMENTS: FAR 52.232-18, Electronic Funds Transfer Payment (Apr 1984) is incorporated by reference in this solicitation. (xiv.) CBD Numbered Note: N/A. One proposal is due May 15, 1997 at 3:00 PM Eastern Time at the Department of Defense Education Activity, Procurement Division, 4040 North Fairfax Drive, 4th Floor, Arlington, VA 22203-4871. Offerors MUST acquaint themselves with the NEW regulations concerning Commercial item acquisition contained in FAR subpart 12 and must ensure that all Representations and Certifications are executed and returned as called for in this solicitation. For questions regarding this specific acquisition contact Mr. Tim Graf (703) 696-3843 extension 4104. ***** (0115)

Loren Data Corp. http://www.ld.com (SYN# 0065 19970430\X-0001.SOL)


X - Lease or Rental of Facilities Index Page