|
COMMERCE BUSINESS DAILY ISSUE OF JULY 8,1998 PSA#2132Fleet and Industrial Supply Center, Norfolk Washington Detachment 901
M.Street, S.E. Bldg. 200 4th Flr., Washington Navy Yard, Washington, DC
203 V -- LODGING SERVICES FOR THE NAVAL SCHOOL OF HEALTH SCIENCES
'STUDENTS SOL N00600-98-R-2601 POC For more information contact Ayo
Johnson at (202) 433-2970 FAX (202) 433-5414 The Fleet and Industrial
Supply Center Norfolk -- Detachment Washington intends to purchase
lodging services for the Naval School of Health Sciences (NSHS) in
Bethesda for a base year with four (4) one-year options. I. THIS IS A
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN
ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, 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
N00600-98-R-2601 is issued as a request for proposal (RFP). III. The
solicitation document and incorporated provisions and clauses are those
in effect through the most recent Federal Acquisition Circular (FAC) as
of 4 July 1998. IV. A list of contract line item number(s) and items,
quantities and units of measure, (including option[s], if applicable)
are: Lot 1, BASE YEAR FROM 1 OCT 98 THOUGH 30 SEPT 99- CLIN 0001, 18
RMS FOR 10/4/98 -- 10/16/98; CLIN 0002, 18 RMS FOR 10/18/98 --
11/13/98; CLIN 0003, 28 RMS FOR 10/18/98 -- 10/23/98; CLIN 0004,
CONFERENCE FACILITY "A" FOR CLIN 0003; CLIN 0005, 33 RMS FOR 10/18/98
-- 10/30/98; CLIN 0006, CONFERENCE FACILITY "B" FOR CLIN 0005; CLIN
0007, 30 RMS FOR 10/18/98 -- 10/30/98; CLIN 0008, 28 RMS FOR 11/15/98
-- 11/20/98; CLIN 0009, CONFERENCE FACILITY "A" FOR CLIN 0008; CLIN
0010, 20 RMS FOR 11/29/98 -- 12/11/98; CLIN 0011, 30 RMS FOR 11/29/98
-- 12/11/98; CLIN 0012, 33 RMS FOR 11/29/98 -- 12/11/98; CLIN 0013,
CONFERENCE FACILITY "B" FOR CLIN 0012; CLIN 0014, 20 RMS FOR 1/3/99 --
1/15/99; CLIN 0015, 10 RMS FOR 1/10/99 -- 4/2/99; CLIN 0016, 28 RMS
FOR 1/10/99 -- 1/15/99; CLIN 0017, CONFERENCE FACILITY "A" FOR CLIN
0016; CLIN 0018, 18 RMS FOR 1/24/99 -- 2/5/99; CLIN 0019, 30 RMS FOR
1/24/99 -- 2/5/99; CLIN 0020, 33 RMS FOR 1/24/99 -- 2/5/99; CLIN 0021,
CONFERENCE FACILITY "B" FOR CLIN 0020; CLIN 0022, 28 RMS FOR 2/7/99 --
2/12/99; CLIN 0023, CONFERENCE FACILITY "A" FOR CLIN 0022; CLIN 0024,
20 RMS FOR 2/21/99 -- 3/5/99; CLIN 0025, 30 RMS FOR 2/21/99 -- 3/05/99;
CLIN 0026, 28 RMS FOR 3/7/99 -- 3/12/99; CLIN 0027, CONFERENCE FACILITY
"A" FOR CLIN 0026; CLIN 0028, 33 RMS FOR 3/7/99 -- 3/19/99; CLIN 0029,
CONFERENCE FACILITY "B" FOR CLIN 0028; CLIN 0030, 30 RMS FOR 3/14/99
-- 3/26/99; CLIN 0031, 20 RMS FOR 3/28/99 -- 4/9/99; CLIN 0032, 30 RMS
FOR 3/28/99 -- 4/9/99; CLIN 0033, 28 RMS FOR 4/11/99 -- 4/16/99; CLIN
0034, CONFERENCE FACILITY "A" FOR CLIN 0033; CLIN 0035, 18 RMS FOR
4/11/99 -- 4/23/99; CLIN 0036, 18 RMS FOR 4/18/99 -- 5/14/99; CLIN
0037, 30 RMS FOR 4/18/99 -- 4/30/99; CLIN 0038, 20 RMS FOR 4/25/99 --
5/7/99; CLIN 0039, 33 RMS FOR 4/25/99 -- 5/7/99; CLIN 0040, CONFERENCE
FACILITY "B" FOR CLIN 039; CLIN 0041, 28 RMS FOR 5/9/99 -- 5/14/99;
CLIN 0042, CONFERENCE FACILITY FOR "A" CLIN 0041; CLIN 0043, 30 RMS FOR
5/9/99 -- 5/21/99; CLIN 0044, 20 RMS FOR 5/16/99 -- 5/28/99; CLIN 0045,
30 RMS FOR 6/6/99 -- 6/18/99; CLIN 0046, 28 RMS FOR 6/6/99 -- 6/11/99;
CLIN 0047, CONFERENCE FACILITY "A" FOR CLIN 0046; CLIN 0048, 33 RMS
FOR 6/6/99 -- 6/18/99; CLIN 0049, CONFERENCE FACILITY FOR CLIN 00178;
CLIN 0050, 30 RMS FOR 6/20/99 -- 7/2/99; CLIN 0051, 10 RMS FOR 7/5/99
-- 9/24/99; CLIN 0052, 25 RMS FOR 7/5/99 -- 7/31/99; CLIN 0053, 9 RMS
FOR 7/5/99-7/31/99; CLIN 0054, 20 RMS FOR 7/11/99 -- 7/23/99; CLIN
0055, 30 RMS FOR 7/11/99 -- 7/23/99; CLIN 0056, 18 RMS FOR 7/11/99 --
8/6/99; CLIN 0057, 28 RMS FOR 7/18/99 -- 7/23/99; CLIN 0058, CONFERENCE
FACILITY "A" FOR CLIN 0057; CLIN 0059, 30 RMS FOR 7/25/99 -- 8/6/99;
CLIN 0060, 33 RMS FOR 7/25/99 -- 8/6/99; CLIN 0061, CONFERENCE FACILITY
FOR CLIN 00187; CLIN 0062, 18 RMS FOR 7/25/99 -- 8/6/99; CLIN 0063, 30
RMS FOR 8/8/99 -- 8/20/99; CLIN 0064, 28 RMS FOR 8/8/99 -- 8/13/99;
CLIN 0065, CONFERENCE FACILITY "A" FOR CLIN 0064; CLIN 0066, 20 RMS FOR
8/8/99 -- 8/20/99; CLIN 0067, 30 RMS FOR 8/22/99 -- 9/3/99; CLIN 0068,
20 RMS FOR 8/22/99—9/3/99; CLIN 0069, 33 RMS FOR 9/12/99 --
9/24/99; CLIN 0070, CONFERENCE FACILITY "B" FOR CLIN 0069; CLIN 0071,
30 RMS FOR 9/12/99 -- 9/24/99; CLIN 0072, 28 RMS FOR 9/19/99 --
9/24/99; CLIN 0073, CONFERENCE FACILITY "A" FOR CLIN 0072; Clins
0001-0073 Will Be Repeated In Each Option Year, But The Dates Are Only
Estimated Dates For The Option Years And Will Be Changed Prior To
Exercise Of Each Option Year. (Total Clins = 365 [Base Year 73 + 4
Option Years]) (73 Clins Per Option Year) Lot II Option I,
10/1/99-9/30/00. Lot III Option II, 10/1/00-9/30/01. Lot IV Option III,
10/1/01-9/30/02. Lot V Option IV, 10/1/02-9/30/03. Funds are not
presently available for this contract. The government's obligation
under this contract is contingent upon the availability of appropriated
funds from which payment for contract purposes can be made. No legal
liability may arise until funds are made available to the contracting
officer for this contract and until the contractor receives written
notification of suchavailability, from the contracting officer. The
Statement of work is as follows: V. 1. The contractor shall provide
single occupancy rooms with two (2) double beds or one (1) king size
bed, study area with desk, chairs, desktop lamps and a refrigerator.
Lighting shall be adequate for reading. All furniture shall be in good
condition and be no older than three (3) years of age. Beds shall have
no exposed springs or defective springs causing discomfort to the
individual. Carpeting shall not be soiled and have no bare worn spots
or frayed edges. All bath, shower and sink fixtures (including the
shower curtain) shall not show evidence of rust or mildew. All rooms to
be non-smoking rooms unless specifically requested as smoking by
student at time of check-in. 2. The contractor shall provide a means
for warming food; microwave, stove or direct access to one within the
building. A variety of snack and soft drink vending machines shall be
made available. 3. The contractor shall be able to provide sufficient
and uninterrupted supply of hot water to each room 24 hours a day not
less than 110 degrees fahrenheit. 4. The contractor shall provide rooms
with controls to individually adjust heat/ac in each room. 5. Daily
maid/linen service shall be available. 6. The contractor shall provide
cable or satellite tv, alarm clocks, iron with standard size ironing
boards in the rooms. 7. The contractor shall provide a full private
bathroom with tub, shower, sink and toilet in each room. 8. Rooms
assigned shall not be located near or directly over/under noisy, heavy
traffic areas such as a bar, dance floor, or lounge. 9. Room
telephones shall have free local, calling card, and 800 access.
Telephones shall have standard rj-11 adapter to allow computer/modem
hookup. 10. The lodging facility shall be located within a twenty (20)
minute surface commute of the national naval medical center, bethesda
during normal rush hours monday through friday. Also, the lodging
facility shall be located within a 1/4 of a mile walk of a metro rail
station or the contractor agrees to provide transportation service to
the nearest metro rail station at no cost to the government or the
student. 11. The facility shall be located within of a mile to five
full service restaurants/establishments. Two of these may be of the
fast-food variety. 12. The contractor shall provide a 24 hour a day
staffed information/lobby desk where individuals must enter via the
lobby to gain access to the facility. Room doors shall open to internal
hallways accessible via the front lobby only. 13. The contractor's
facilities shall meet minimum state and local standards for hotels. 14.
A minimum of 5 washers and 5 dryers for self service laundry shall be
located on the premises. 15. The business office shall be available
with a facsimile machine at current market rates for use by the
government's hotel guests. 16. All of the government's personnel
staying at the hotel shall have on-premises parking provided upon
request without additional charge to the guest or the government. 17.
Variation in quantity: the contractor accepts and agrees that the
quantity of room listed for each clin reflect the maximum number of
rooms required for that clin, which may be decreased by up to (35)
percent without penalty when given (5) days notification of decrease
from nshs bethesda. The government will pay a one-night contract rate
service charge (for each room in excess of 35%) for any decrease in the
quantity of rooms on a clin more than (35) percent. The government will
pay a one-night contract rate service charge for each room decrease
when not given at least (5) days notification. The date requirements
will be provided for each clin by nshs bethesda at least (15) working
days prior to course start dates. Student rosters will be provided at
least (10) working days prior to course start dates, with updated
additions / cancellations provided (3) working days prior to course
start dates. Individuals traveling from overseas shall be allowed to
check in one day early and check out one day late upon notification by
nshs bethesda. The contractor accepts that no-shows on the start date
may incur a one-night contract rate service charge. All other
variations in quantity may incur a contract rate service charge
not-to-exceed a one-night stay. The contractor agrees to include valid
service charges for variations in quantity for each clin at the time
of submission of invoices for each clin, otherwise the government is
not responsible for payment of the service charge. 18. The contractor
further agrees that when the government cancels a line item on the
contract and the government wished that the contractor not provide
rooms for the line item, and the government gives the contractor notice
of the cancellation (10) ten days or more before the start of the line
item period, then there shall be no charge to the government for the
cancellation of the line item. When the government cancels a line item
on the contract and it wished that the contractor not provide room
nights for the line item, and the government does not givethe
contractor at least (10) ten days notice, then the government may elect
to have the line item terminated in accordance with the termination for
convenience clause (far 52.249-4) 19. Change in dates: the dates
provided for the initial year are those dates required for the clin
specified. Due to the nature of military operational commitments and
factors, requests for modifications to these dates by the government
may occur. The government has the unilateral right to modify the dates
required for any clin as long as 15 working days notice is given. When
the government wishes to change the dates for a clin and less than 15
working days notice is given, the contractor agrees to consider all
requested date modifications and enter into negotiation for mutually
acceptable replacement dates. Changes in dates shall be made at no
additional cost to the government. The government will incur no
additional room rate costs, nor be penalized in any way for changing
dates. Option year dates will be approximate to those provided as the
initial contract year dates and may vary according to calendar
variations and holiday occurances. Nshs bethesda expects to provide the
date requirements for option years no later 1 may preceding the
beginning of each option year. The option may be unilaterally exercised
with the new dates, provided the contractor is given notice of the
intent to exercise the option and provided the new dates, at least 60
days prior to the expiration of the lot year. The date requirements
provided for the option year is not to be consisered as the exercising
of the option to extend the term of the contract. 20. Conference room
"a" with the following specs must be made available to nshs guests
monday through friday: a. Minimum room size of 1500 square feet. Length
or width must not be less than 30 feet. Room to be dedicated to course
monday through friday and ability to lock at night. B. No visual
obstructions. C. Ceiling height minimum of ten feet. D. Minimum 15
rectangle conference tables, size of each table not less than 72 inches
by 26 inches. Tables to be covered by table cloths. E. Room set-up per
floor plan with tables arranged as specified. Floor plan to be
provided not less than one week prior to class start dates. Access to
conference room by instructional staff for set-up during normal working
hours the day preceding course start dates. F. Chairs required are 42;
executive, padded conferences style with padded arm rests. G.
Podium-full size with light and microphone (wireless/clip-on). H. Six
easel boards with easel paper and markers. I. Two 48 inch color
televisions with one vcr (four head) connected in tandem to both. J.
Overhead projector and screen. K. One 48 inch by 48 inch square table
in front of room for placement next ot projector. L. Adjustable
lighting in room. Individual room adjustable heat and air conditioning.
M. Electrical capability to support audio-visual needs without creating
safety /trip hazards. N. Five (5) breakout rooms located adjacent
to/near conference room on the same floor. O. One (1)
executive/instructor "ready room" 10 feet by 10 feet in close proximity
to conference room. Phone access in room to include free local, calling
card, and 800 phone access. Minimum of one table 76 inches by 36 inches
with three chairs. Lighting adequate to office environment. P. Access
hotel copier and business office apparatus if necessary for instructor
use. Q. Sufficient to class size complimentary coffee service shall be
available monday through friday 0700-1600. R. On premise parking for
instructors and/or administrataive staff conducting the course without
charge. 21. Conference room "b" with the following specs must be
dedicated to nshs guests for each thirteen day period specified: A.
Minimum room size of 1500 square feet. Length or width must not be less
than 30 feet. Room to be dedicated to sunday preceding course start
date through to the friday end date (13 days), and ability to lock at
night. B. No visual obstructions. C. Ceiling height minimum of ten
feet. D. Minimum 15 rectangle conference tables, size of each table not
less than 72 inches by 26 inches. Tables to be covered by table cloths.
E. Room set-up per floor plan with tables arranged as specified. Floor
plan to be provided not less than one week prior to class start dates.
Access to conference room by instructional staff for set-up during
normal working hours the day preceding course start dates. F. Chairs
required are 42; executive, padded conferences style with padded arm
rests. G. Podium-full size with light and microphone
(wireless/clip-on). H. Six easel boards with easel paper and markers.
I. Two 48 inch color televisions with one vcr (four head) connected in
tandem to both. J. Overhead projector and screen. K. One 48 inch by 48
inch square table in front of room for placement next ot projector. L.
Adjustable lighting in room. Individual room adjustable heat and air
conditioning. M. Electrical capability to support audio-visual needs
without creating safety /trip hazards. N. One (1) executive/instructor
"ready room" 10 feet by 10feet in close proximity to conference room.
Phone access in room to include free local, calling card, and 800
phone access. Minimum of one table 76 inches by 36 inches with three
chairs. Lighting adequate to office environment. O. Access hotel copier
and business office apparatus if necessary for instructor use. P.
Sufficient to class size complimentary coffee service shall be
available monday through friday 0700-1600. Q. On premise parking for
instructors and/or administrataive staff conducting the course without
charge. By submitting an offer and the required certifications and
representations, the offeror commits to meeting all of the requirements
of this solicitation, upon notification that they are the successful
offeror. VI. The services to be furnished under this contract shall be
provided at the contractor's facility. VII. FAR 52.212-1, Instructions
to Offerors-Commercial Items, is incorporated by reference and applies
to this acquisition. The following ADDENDUM applies to FAR 52.212-1:
1. The offeror agrees to hold the prices in its offer firm for 50 days
from the date specified for receipt of offers. In addition to the
information required in FAR 52.212-1, offerors shall provide: a. A
written description of how close they are to the National Naval Medical
Center and how close they are to the nearest Metro Station in
accordance with paragraph 10 of the Statement of Work listed above; b.
A written description of the measures (this includes method and cost),
if any, that will be taken to provide transportation service to and/or
from the nearest Metro Station. (If the contractor is located within
of a mile of the nearest Metro and chooses not to provide offer any
transportation, they should affirmatively state this in their
proposal); c. In addition to the Past Performance information required
by FAR 52.212-1(b)(10), the offeror shall provide the fax numbers for
the points of contact for all references on previous or current
contracts of similar magnitude. VIII. The following evaluation factors
apply: CONTRACT AWARD/EVALUATION (BEST VALUE) -- COMMERCIAL ITEMS
(FISCNORVADETWASH) (FEB 1996) (a) The Government intends to evaluate
proposals and award a contract without discussions with offerors.
However, the Government reserves the right to conduct discussions if
later determined by the Contracting Officer to be necessary. Therefore
each initial offer should contains the offeror's best terms from a
cost or price and technical standpoint. (b) Proposals received in
response to this solicitation will be evaluated by the Fleet and
Industrial Supply Center Norfolk Detachment Washington pursuant to the
Federal Acquisition Regulation (FAR) and the Department of Defense
Supplement. One contractor will be selected for award on the basis of
their proposal being the most advantageous to the Government, price and
other factors considered. (c) Each technical proposal will be evaluated
qualitatively and categorized as outstanding, better, acceptable,
marginal or unacceptable in relation to the technical evaluation
factors set forth in this solicitation. A finding of unacceptable in
one technical factor may result in the entire technical proposal being
found to be unacceptable. The past performance factor will be
evaluated qualitatively and categorized as neutral, outstanding,
better, satisfactory or marginal as set for in the clause "Evaluation
of Past Performance". (d) All evaluation factors other than cost or
price (technical and past performance) when combined are more important
than cost or price. (e) Prospective offerors are forewarned that an
acceptable technical proposal and marginal past performance with the
lowest price may not be selected if award to a higher priced proposal
affords the Government a greater overall benefit. The Government may
elect to pay a price premium to select an offeror whose technical
proposal and past performance combined are superior. (f) Options. The
Government will evaluate offers for award purposes by adding the total
price for all options (if included in the RFP) to the total price for
the basic requirement. The Government may determine that an offer is
unacceptable if the option prices are significantly unbalanced.
Evaluation of options shall not obligate the Government to exercise the
option(s). (g) A written notice of award or acceptance of an offer,
mailed or otherwise furnished to the successful offeror within the time
for acceptance specified in the offer, shall result in a binding
contract without further action by either party. Before the offer's
specified expiration time, the Government may accept an offer (or part
of an offer), whether or not there are negotiations, afte Posted
07/04/98. (0185) Loren Data Corp. http://www.ld.com (SYN# 0089 19980708\V-0001.SOL)
V - Transportation, Travel and Relocation Services Index Page
|
|