|
COMMERCE BUSINESS DAILY ISSUE OF MAY 14,1997 PSA#1845Acquisition Management Department, Building 54, National Naval Medical
Center, Bethesda, MD 20889-5600 X -- LODGING/MEETING ROOMS SOL N00168-97-Q-2728 DUE 051497 POC
Contracting Officer, Sandra A. Musgrove 301/295-6754 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. This Solicitation Number
N00168-97-Q-2728 is issued as a request for quotations (RFQ). This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular #90-46. The standard
industrial classification (SIC) code for this acquisition is 7011. The
small business size standard if $5,000,000. 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. The National Naval Medical Center intends to enter into a
firm fixed price contract to provide lodging, continental
breakfast/beverage/snack, meeting rooms, and audio-visual equipment for
75 participants and instructors for the Naval Medical Information
Management Center (NMIMC) MEPRS Training Conference to be held June
6-14, 1997 in San Diego, California. CLIN 0001 -- LODGING -- The
contractor shall provide single occupancy rooms as per the following
schedule beginning Friday, June 6, 1997 -- 2 rooms; Saturday, June 7,
1997 -- 25 rooms; June 8-12, 1997 -- 75 rooms; June 13-14, 1997 -- 2
rooms. 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 continental
breakfast set-up in meeting rooms by 7:15 AM daily (assorted juices,
baked goods, coffee, decaf and tea) and a 9:45 AM and 2PM beverage and
snacks package set-up in meeting rooms. CLIN 0003 -- MEETING ROOMS --
The contractor shall provide 1 meeting room to accomodate 100 person
classroom style seating June 9-13, 1997 and 2 separate meeting rooms to
accomodate 40 person classroom style seating June 9-13, 1997. Meeting
rooms requirements include room rental, reader boards, seating set-up,
head table, pad, pencils, mints, registration table with chairs,
centerpieces (fresh flowers) water and glasses. CLIN 0004 --
AUDIOVISUAL EQUIPMENT -- The contractor shall provide audiovisual
equipment that will be determined at a later date by the Government.
Hotel Location/Place of Performance -- The hotel must be located in a
convenient location to downtown and should provide shuttle bus service
round trip from the San Diego Airport to the hotel. In addition,
allowance should be made for local phone calls at no additional cost to
the Government. FAR 52.212-1, "Instructions to Offerors-Commercial", is
incorporated by reference and applies to this acquisition. FAR
52.212-2, "Evaluation-Commercial Items" applies to this acquisition.
The Government will award a contract resulting from this solicitation
to the responsible offeror whose offer conforming to the solicitation
will be most advantageous to the Government, price and other factors
considered. The following factors shall be used to evaluate offers:
technical capability and price. Technical capability is approximately
equal to price. Offerors are encouraged to submit, if available, a copy
of 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 shall be priced within the
current prevailing per diem rates as listed in the Joint Travel
Regulations (JTR). Offerors shall include a complete copy of the
provision 52.212-3, "Offeror Representations and Certifications --
Commercial Items", with its proposal. FAR 52.212-4, "Contract Terms and
Conditions -- Commercial Items" is incorporated by reference and
applies to this acquisition and resulting contract. FAR 52.212-5,
"Contract Terms and Conditions Required to Implement Statutes or
Executive Orders -- Commercial Items (AUG 1996) is incorporated in this
contract by reference, however for paragraphs (b) and (c) only the
following provisions apply to this acquisition: FAR 52.222-26, Equal
Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special
Disabled and Vietnam Era Veterans (38 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 52.225-3, Buy American Act --
Supplies (41 U.S.C. 10), FAR 52.222-41, Service Contract Act of 1965,
As amended (41 U.S.C. 351, et seq). Proposals are due by COB 4:00 PM
EST May 14, 1997. Offerors must acquaint themselves with the new
regulations concerning Commercial item acquisitions contained in FAR
Subpart 12 and must ensure that all Representations and Certifications
are executed and returned as called for in this solicitation. All
inquiries may be directed to Sandra A. Musgrove at 301/295-6754 or by
facsimile to 301/295-0286. (W-132 SN071834) (0132) Loren Data Corp. http://www.ld.com (SYN# 0082 19970514\X-0004.SOL)
X - Lease or Rental of Facilities Index Page
|
|