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