Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 4,1998 PSA#2174

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

U -- PERSONAL GROWTH RETREATS, (LODGING,MEAL, AND FACILITIES) SOL N00244-98-T-0007 DUE 091498 POC Bid Officer, 619-532-2692, Contracting Officer, Ralph Franchi, 619-532-2568, fax: 619-532-2347, e-mail: ralph_a_franchi@sd.fisc.navy.mil WEB: ., http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the Contracting Officer via, ralph_a_franchi@sd.fisc.navy.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with format in the FAR Part 12.6 as supplemented with additional information included in this notice. IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contract Registration" applies to all solicitations issued on/after 6-1-98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award of a contract/purchase order. Please ensure compliance with this regulation when submitting your quote. Call 888-227-2423/800-841-4431 or utilize Internet at http://ccr.edi.disa.mil for more information. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. Solicitation number: N00244-98-T-0007. This solicitation is being issued as a RFQ (Request for Quote). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-05 and Defense Acquisition Circular 91-13. This solicitation is issued on an restricted basis. The Standard Industrialization Classification Code is 7032 and the business size standard is $5.0 million. FISC San Diego is announcing a requirement for: Lodging, meals, and use of facilities for Personal Growth Retreats in the San Diego, CA area. Retreats will be scheduled for (72) and (48) hour periods. Periods of performance required are: 29 Oct 98 01 Nov 98 (72hrs), 03 06 Dec 98 (72hrs), 21 24 Jan 1999 (72 hrs), 25 28 Feb 1999 (72 hrs), 05 07 Mar 1999 (48 hrs), 18 21 Mar 1999 (72 hrs), 15 18 Apr 1999 (72 hrs), 20 23 May 1999 (72 Hrs), 03 06 Jun 1999 (72 hrs), 12 15 Aug 1999 (72 hrs), 17 19 Sep 1999 (48 hrs), 23 26 Sep 1999 (72 hrs). Specifications and requirements for the retreats are defined as follows: Physical requirements must be made for a minimum of (35) people per retreat. Facility requirements: a single site with exclusive use for berthing and meetings. The retreat site must allow for personal solitude and time in a confidential atmosphere for participants who are dealing with personal issues throughout the retreat. A separate berthing area is required for the chaplain and five team members. A minimum of thirty-five beds, complete with linens and pillows must be provided. Each room must have adequate space for personal belongings. Separate berthing areas for men and women must be provided. Bathing, showering and toilet facilities must be sanitary and in good working order. Separate facilities must be available for men and women. A plenary room with a capacity of thirty-five is required to include electrical outlets for stereo equipment. Three meeting areas large enough to accommodate eight to ten people per meeting are needed. Berthing areas may be acceptable for small group meetings, but are not desired. Recorded music will be played throughout the day and evening from in side the plenary room. Other groups in adjacent areas will need to be informed. Arrival time at the beginning of the retreats will be approximately 7:00 to 7:30 p.m. A snack is to be provided each evening beginning on Friday at approx. 8:00pm. The snack is to consist of cake, cookies and an alternative snack for dieters, such as fruit, raw vegetables, coffee, and fruit juices or punch is also to be provided. Coffee, regular and de-caffeinated, tea, hot chocolate, cold juices and water must be available at all times. Meal schedule is as follows: Day of arrival: snack, Breakfast 7:30-8:OOam, Lunch 12:00-12:3O p.m., Dinner 6:00-6:3O p.m. Day of departure menu: Breakfast 7:30-8:OO am, Lunch 12:00-12:30. These times are approximate and should be flexible within the hour at the discretion of the chaplain. On full session days three balanced meals shall be provided. The following sample menu is suggested: Snacks: Dessert and fresh fruit. Breakfast: Juice and milk, regular and low fat, cold cereal, toast, eggs, meat entree, bacon, ham or sausage, potatoes, fresh fruit, butter, jam, jelly, honey, salt and pepper or juice and milk, regular and low fat, cold cereal, toast, waffles or pancakes with syrup, meat entree, bacon, ham or sausage, fresh fruit, butter, jam, jelly, honey, salt and pepper. Lunch: Juice and milk, regular and low fat. Soup and salad with dressing, sandwiches with meat and cheese, lettuce, tomatoes and condiments for sandwiches, french fries or potato chips, dessert. Alternate Lunch menu: Juice and milk, regular and low fat, soup and salad with some of the following salad items: lettuce, peppers, celery, carrots, cheese, ham, eggs, radishes, broccoli, cauliflower, sprouts, tuna salad, croutons. Fresh fruit, bread and butter, dessert. Dinner: Juice and milk, soup or salad with dressing, hot meal dish with potatoes or casserole, fresh vegetable, particularly green vegetables, fresh fruit, bread and butter, no dessert (to be saved for evening snack). Area must be accessible to a large bus. Medical emergencies that may occur during the retreat will be handled by the Credo (Navy) Staff. The Credo staff will be responsible for determining the proper course of action, and they will call the local 911 emergency number. If the situation permits, the Credo staff will utilize Navy on-duty personnel for the use of a government vehicle. If the neither the 911 services or the Navy transportation are available the contractor is to provide one-way transportation services to the nearest local hospital. The retreat site must have staff personnel available throughout the retreat period. The Director of Credo San Diego must be notified two weeks in advance of any disruption of retreat facilities that may affect future retreats. A phone must be available for Credo staff use. Heating and ventilation must be kept a comfortable level at all times during the retreats. All facilities must be clean, neat and ready upon arrival. The requiring activity is COMNAVBASE, CREDO, San Diego, CA. Qualified vendors are requested to submit the following information in order to have your response be considered complete: (1) Firm Fixed Pricing for each (72) and (48) hour retreat period, (2) Location and a brief description of theretreat facilities, Payment terms, Cage code, Dun/Bradstreet #, Taxpayers ID#, FAR Clause 52.212-3 must be filled out and returned with your quote. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND WILL BE PROVIDED BY THE CONTRACTING OFFICER IN FULL TEXT UPON REQUEST. NOTE: THE FULL TEXT OF THE PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov FAR 52.212-4, Contract Terms and Conditions Commercial Items, Addendum to FAR 52.212-4 hereby applies FAR 52.219-6 Notice of Small Business Set Aside-Jul 1996, 52.247-34 FOB Destination. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders commercial Items applies with the following applicable clauses for paragraph (b): 52.219-14 Limitations on Subcontracting, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 252.225-7001 Buy American Act-Supplies; 52.225-18 European Community Sanctions for End Products, DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items Mar 1998; 252.225-7001 Buy American and Balance of Payment Program; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order applicable to Defense Acquisitions of Commercial Items-Mar 1996, 252.225-7001 Buy American Act and Balance of Payment Program (41 USC 10a-10d, EO 10582), DFARS 252.225-7012 Preference for Certain Domestic Commodities, 252.247-7024 Notification of Transportation of supplies by Sea (10 USC 2631). FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to 52.212-1 hereby applies: 52.214-31 Facsimile Proposals. 52.212-2 Evaluation of Commercial Items, A) Evaluation criteria: The evaluation criteria to be applied to all offers submitted, IAW FAR 52.212-2, Evaluation Commercial Items (Oct 1997) is as follows: (a) 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: (I) technical capability of the item offered as it relates the specifications provided, (ii) price and (iii) past performance. The evaluated weight to be applied to each factor is: price 60%, technical 30% and past performance 10%. For past performance offerors shall provide information re: other contracts for Eddy current equipment deliveries, including the name and phone numbers of the company or prime contractors; of all past and current contracts, identification of delivery or production problems and corrective action taken. Past performance will not be evaluated where there is no past performance information. (B) A written notice of award of 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 after its receipt, unless a written notice of withdrawal is received before award. Offerors are required to complete and include a copy of the following provision with their proposals: FAR 52.212-3, Offerors Representation and certifications Commercial Items. (52.212-3 only). DFARS 252.204-7004 Required Central Contract Registration. Contact the Contracting Officer, Ralph Franchi at 619-532-2568, fax: 619-532-2347, e-mail: ralph_a_franchi@sd.fisc.navy.mil if assistance if required. Quotes must be received no later than 4:00 p.m. (PST) on 9/14/98. Offers from responsible contractors may be FAXED to: Fleet and Industrial Supply Center, Regional Contracts Dept., Code 2611, Attn.: Ralph Franchi, San Diego, CA 92132. Do not mail in your quotations. Reference solicitation number: N00244-98-T-0007 on all documents and requests for information. This solicitation is issued as restricted. See numbered note (1). Posted 09/02/98 (W-SN244824). (0245)

Loren Data Corp. http://www.ld.com (SYN# 0094 19980904\U-0002.SOL)


U - Education and Training Services Index Page