Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 5,1999 PSA#2470

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

X -- RENTAL OF FACILITIES, FOOD, LODGING FOR PERSONAL GROWTH RETREATS, SAN DIEGO, CA LOCALITY SOL N00244-00-T-0131 DUE 111599 POC Contracting Officer, Ralph A. Franchi, 619-532-1416, 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 and FAR 13.5 as supplemented with additional information included in this notice. IMPORTANT NOTICE: DFARS 252.204-7004 "Central Contractor Registration" (CCR) is required 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. Utilize the CCR website at http://www.ccr2000.com and/or call the CCR Assistance Center at 888-227-2423 for more information. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number: N00244-00-T-0131 is hereby applicable. 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 97-14 and Defense Acquisition Circular 91-14. This solicitation is issued on an unrestricted basis. The Standard Industrialization Classification Code is 7011 and the business size standard is $5.0. FISC San Diego is announcing a requirement for the following: Facilities, Food and Lodging For Personal Growth Retreats, Specifications are as follows: All retreats are to be (72) hours in duration. The physical requirements are for (35) people per retreat. THE PHYSICAL LOCATION THAT THE REQUIRING ACTIVITY IS SEEKING IS ONE THAT IS LOCATED IN AN OUTLYING COUNTRY LOCALE THAT CAN PROVIDE A SECLUDED PRIVATE ATMOSPHERE TO FACILITATE THE TYPE OF COUNSELING SESSIONS AND PERSONAL REFLECTIVE MEDITATIVE ACTIVITIES THAT WILL BE PERFORMED BY THE CHAPLAINS AND THE PARTICIPANTS THEMSELVES. THE GREATER SAN DIEGO, CA AREA AND SURROUNDING LOCATIONS WILL BE CONSIDERED. THE CONTRACTOR IS TO PROVIDE ALL SERVICES ACCORDING TO THE FOLLOWING STATEMENT OF WORK AND REQUIREMENTS LIST: CONTRACTOR IS TO PROVIDE LODGING, MEALS AND USE OF FACILITIES FOR (9) NINE, PERSONAL GROWTH RETREATS IN THE SAN DIEGO, CA AREA. PERIODS OF PERFORMANCE REQUIRED ARE: 2-5 DEC 99 (72 HRS), 24-27 FEB 00 (72 HRS), 23-26 MAR 00 (72 HRS), 6-9 APR 00 (72 HRS), 18-21 MAY 00 (72 HRS), 1-4 JUN 00 (72 HRS), 20-23 JUL 00 (72 HRS), 10-13 AUG 00 (72 HRS), 21-24 SEP 00 (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 THE INSIDE THE PLENARY ROOM. OTHER GROUPS IN ADJACENT AREAS WILL NEED TO BE INFORMED. ARRIVAL TIME 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. 8:00 P.M. 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 8:00 A.M., LUNCH 12:00 12:30 P.M., DINNER 1800 -- 1830. 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 ENTR E, 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 ENTR E, 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 AND 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 OCCUR DURING THE RETREAT WILL BE HANDLED BY THE CREDO (NAVY STAFF), ALONG WITH THE RETREAT SITE PERSONNEL. THE CREDO STAFF ALONG WITH THE RETREAT SITE 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 NEITHER THE 911 SERVICES OR THE NAVY TRANSPORTATION ARE AVAILABLE THE CONTRACTOR IS TO PROVIDE TRANSPORTATION SERVICES TO AND FROM 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 AT A COMFORTABLE LEVEL AT ALL TIMES DURING RETREATS. ALL FACILITIES MUST BE CLEAN, NEAT AND READY UPON ARRIVAL. Pricing quoted is to include all costs for Food, Lodging and Facilities usage. The pricing is to be Firm Fixed Pricing. (FOB/Destination). Upon award billing will be performed monthly in arrears. Inspection and Acceptance of all service and materials will be made at destination. Contact the Contracting Officer for additional information regarding this solicitation. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE. 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 or http://farsite.hill.af.mil FAR 52.212-1, Instructions to Offerors Commercial Items NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. FAR 52.212-2 Evaluation of Commercial Items; (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 the quotation: (i) Technical capability of the contractor to meet the requirement (ii) Ability to meet the required physical locale required. (iii) Ability to meet the required retreat time schedule (iv) Pricing Step One Evaluation: To be determined technically acceptable, the contractor must furnish a minimum of two (2) references that can verify the contractor's ability to meet all requirements. References submitted must be similar or exact type of service as stated in this announcement. Provide Commercial customer or Federal agency, poc, phone number and type of service. Contractor must provide the exact location of the facilities that are being offered. Provide a map or other specific information. Only those quotations which have been determined to have met the requirements of factors (i) and (ii) will be further evaluated under factors (iii) and (iv). Step Two Evaluation: Factor (iii) Retreat Time Schedule offered by the contractor will be reviewed. The Government's listed dates are considered firm and cannot be altered due to the scheduling priorities of the requiring activity. Factor (iv) Pricing: A review of the pricing offered for each retreat will be reviewed and compared against the other quotations received. Contractor is to provide current price list (if available) that reflects the charges/cost associated with the services. Ability to meet the requirements set forth in this announcement shall be demonstrated by the contractor's submission of a signed quotation which has not taken exception to the schedule. Quotations which take exception and do not meet the Government's requirement may be determined to be unacceptable and not considered for award. At the discretion of the Contracting Officer the Government intends to evaluate quotations and award a Firm Fixed Price purchase order without discussions with contractors. Each initial offer should, therefore contain the contractors best terms from both a technical, delivery and pricing standpoint. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; NOTE: This provision is considered a "fill-in". All applicable fields must be completed. Submit this provision with your quotation. FAR 52.212-4 Contract Terms and Conditions Commercial Items; Addendum to FAR 52.212-4 are hereby incorporated by reference or full text as applicable: 52.217-8 Option to Extend Services, 52.232-33 Mandatory Information for electronic funds transfer payments, 52.247-34 FOB Destination, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutesor Executive Orders-Commercial Items applies with following applicable clauses for paragraph (b): 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; 52.232-33 Payment by Electronic Funds Transfer-Central Registration (31 USC 3332) DFARS 252.212-7001 Contract Terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items-JAN 1999, DFARS 252.225-7001 Buy American Act-Balance of Payment Program (41 USC 10a-10d, EO 10582); DFARS 252.204-7004 Required Central Contractor Registration. Submit quotations via FAX to: Fleet and Industrial Supply Center, Regional Contracts Dept., 937 N. Harbor Dr., Ste. 60, San Diego, CA 92132-0060 Attn: Ralph Franchi, Code 2611. 619-532-2347 fax. Address all questions or inquiries to the Contracting Officer at: 619-532-1416 or e-mail: ralph_a_franchi@sd.fisc.navy.mil Reference solicitation number: N00244-00-T-0131 on all documents and requests for information. Quotes must be received no later than COB 4:00 p.m. (PST) on 11/15/99. Posted 11/03/99 (W-SN397499). (0307)

Loren Data Corp. http://www.ld.com (SYN# 0102 19991105\X-0001.SOL)


X - Lease or Rental of Facilities Index Page