|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 23,1999 PSA#2481Department of Veterans Affairs Medical Center, Chief, Acquisition and
Materiel Management (90C), One Veterans Drive, Minneapolis, MN 55417 V -- NATIONAL LEADERSHIP BOARD MEETING SPACE SOL RFQ 618-69-00 DUE
120899 POC Janice M. Byrd 612-725-2188 This is a combined
synopsis/solicitation. Request for Quotation #RFQ 618-69-00 entitled
"National Leadership Board Meeting Space" is hereby issued for
commercial items to be used by the VA and is prepared in accordance
with the format in Federal Acquisition Regulation (FAR) Subpart 12,
Acquisition of Commercial Items, Subpart 12.6 and Part 13, Simplified
Acquisition Procedures and as supplemented with additional information
included in this notice. Simplified acquisition procedures apply and
the VA will conduct the procurement according to a combination of Parts
12 and 13. This CBD announcement constitutes the only solicitation
issued. A separate written solicitation document will not be issued.
Incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-14 and VAAR 97-7. The Standard Industrial Code
(SIC) is 7011 and the small business size standard is $5 million.
Contractor's proposals (cost and technical) are herein requested. A
response to requirements listed below under a firm fixed price contract
shall be submitted on contractor's letterhead or formal quotation form
and must address all requirements listed in a separate technical
proposal. Contractor's price and technical proposal must contain the
name; title and signature of person authorized to submit proposals/bids
on behalf of the contractor. Descriptive literature for facility must
also be included in proposal/bid package. VISN 13 has identified a need
for conference meeting space and lodging in the Minneapolis metro area
for August 15-16, 2000. Facility must accommodate the following needs:
Item One Block of Sleeping rooms for August 14 and 15, 2000 at
government rate (if possible) for 45 people (individuals will call in
to reserve/guarantee room using Government Credit Card). Item Two Large
conference room set up in U-shape with skirted tables to seat 45 people
at the table, and approximately 10 chairs around the outside for extra
participants. The meeting starts at 1:00 p.m. August 15 and concludes
at 3:00 p.m. August 16. Item Three Registration Table set up outside
the conference room with telephone with long distance capability. Item
Four A smaller conference room with round tables for 20-25 people for
an EES session 8:00 a.m. to 11:30 a.m. on August 15. Item Five
Boardroom (or small conference room) set up in conference style with
10-12 chairs to be available for duration of the meeting. Used for
breakout sessions or small meeting groups. Item Six One Executive
Suite. Item Seven Use of Business Center for copying and
receiving/sending fax. Item Eight Audio requirements: (a) Live
microphones with table stands (approximately 15) spaced every 3rd
person around the table with sound system; (b) One wireless Lavaliere
microphone for speakers to use; (c) An audio teleconference system for
an open-mike, live across the country 1.5 hour conference call (time
of call will be furnished one week prior to meeting to contractor). VA
will have one VANTS number to call to connect call. Facility must have
long distance capabilities. A dedicated technician should be available
during the call. The line should feed directly through the mixer and
speakers to allow optimal communication with remote sites. The
following audio visual equipment may be required: overhead projectors
or powerpoint for presentations, video-recorder and large screen with
surround sound projected into room; sound system for paging and
announcements; (notification will be given at least one week in advance
by VA). Item Nine Six power strips for Laptop hookups. Item Ten Food:
require morning and afternoon breaks and lunch both days. Item Eleven
Facility will by Y2K compliant. Evaluation of proposals offered will
include the following factors: FEMA approved; extra amenities offered;
location; and past performance history (include three corporate or
Government references with phone numbers); capability to meet the
Government's requirement; and price. Award will be made to the offeror
determined to be the "best value" to the Government. Evaluation may be
made withor without discussions with the offeror(s). All responsible
sources that can meet the requirements and provide items as listed
above may respond to this solicitation by submitting cost and technical
proposals on their company letterhead or bid form. The following
provisions and clauses shall apply to this solicitation: 52.252-2
Clauses Incorporated by Reference. (FEB 1998). This contract
incorporates one or more clauses by reference, with the same force and
effect as if they were given in full text. Upon request, the
Contracting Officer will make their full text available. Also, the full
text of a clause may be accessed electronically at this/these address
(es): http://www.arnet.gov/far (FAR) and http://www.va.govoa&mm/vaar/
(VAAR); FAR 52.212-1, Instruction to Offers Commercial Items; FAR
52.212-2, Evaluation of Commercial Items; FAR 52.212-3 Representations
and Certifications Commercial Items; FAR 52.212-4 Contract Terms and
Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions
Required to Implement Statutes of Executive Orders Commercial Items;
FAR 52.216-18 Ordering; FAR 52.216-19 Order Limitations; FAR 52.216-21
Requirements; VAAR 852.270-4 Commercial Advertising; VAAR 852.219-70
Veteran-owned business; 852.219-70 Protest Content; 852.236-76
Correspondence; 852.237-70 Contractor Responsibilities; 852.270-1
Representatives of Contracting Officers; and 852.233-71 Alternate
Protest Procedure. Proposals shall include all information required in
52.212-1, Schedule of Prices Offered, a copy of published price list
for the services proposed, a completed copy of provision 52-212-3, and
be submitted to the attention of Janice Byrd, VA Medical Center Room
4G-107 One Veterans Drive Minneapolis MN 55417. For further information
contact Janice Byrd at 612-725-2188 or Fax 612-725-2072. All offers
must be received no later than close of business (4:30PM CST) on
December 8, 1999. Faxed proposals will not be accepted. Posted 11/19/99
(W-SN402366). (0323) Loren Data Corp. http://www.ld.com (SYN# 0094 19991123\V-0001.SOL)
V - Transportation, Travel and Relocation Services Index Page
|
|