Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 8,1997 PSA#1819

Contracting Division, Bldg 1116, Camp Lejeune NC 28547

X -- LEASE OR RENTAL OF FACILITIES SOL M2710097R3006 DUE 042197 POC Points of Contact: Contract Specialist -- Sgt Anthony F. Skinner, 910/451-9684; Contracting Officer -- Capt Frank E. Johnston, 910/451-8764, Fax 910/451-8763 E-MAIL: USMC Contingency Contracting Division, Camp Lejeune NC, montana@nternet.net. Hotel lodging and conference rooms for the period of 29 May 97 through 8 Jun 97 in the Miami Florida area. LODGING -- 19 single rooms-check in 29 May 97, check out 8 Jun 97 (10 nights); 14 single rooms-check in 1 Jun 97, check out 6 Jun 97 (5 nights); 116 single rooms-check in 1 Jun 97, check out 7 Jun 97 (6 nights); 6 double rooms-check in 29 May 97, check out 8 Jun 97 (10 nights); 6 suites-check in 1 Jun 97, check out 3 Jun 97 (2 nights); 1 conference suite-check in 1 Jun 97, check out 3 Jun 97 (2 nights). Rooms will include a high standard of hygiene, private bath with full toilet and shower facilities, hot and cold water, clean linen (provided on a daily basis), cleaning services, electricity, television set, alarm clock or wake up call service, and appropriate furniture. All rooms must have a traditional phone line accessible to plug into an internal modem on a laptop. It is not a requirement that two (2) phone lines be in each room. The price quoted for lodging shall be for lodging only unlessotherwise stated in this contract. No additional costs shall be included in the price of the rooms. Any additional charges (e.g., telephone calls, premium cable station charges, room service, laundry service, mini bar, damages to room, or any other hotel service charge) shall be billed to the guest residing in the room in which the charge is made. Collection of any additional charges incurred by individuals will be the responsibility of the contractor. It is suggested that a credit card be provided upon check-in to cover any incidental costs. Guests wishing to stay in their rooms past the designated period must check out during the regular check-out time of the date specified above. This action will clear their account with the Government. Guests who wish to stay at the hotel, at the hotel's discretion, will do so on the guests own financial responsibility, not the Government's. Executive Suites, as stated above, shall contain the qualities expected for distinguished visitors. Rooms will contain furniture, Rugs, and drapes that possess the quality of newness. Rooms will contain two (2) distinctly separate areas, a living/working area and a sleeping area. Contractor will also provide a listing of any other amenities provided with these suites. ROOM CANCELLATIONS -- The contractor shall provide a "cancellation notification timeframe" required for room cancellations, to include any cancellation fees assessed if this timeframe is not met. The following example is based on the cancellation of 35 Rooms and is provided as a guide for submission of this requirement: 02 week written notification -- -No cancellation will be assessed. 01 week written notification -- -A cancellation fee of...will be assessed. 48 hour written notification -- -A cancellation fee of...will be assessed. NOTE: CANCELLATION FEES WILL BE PROVIDED AS A FLAT RATE OR AS A PERCENTAGE. MEALS -- Breakfast, lunch, and dinner meals for 70 guests, to include choice of beverages (e.g., soft drinks, iced tea, juice, coffee, tea, etc.) shall beprovided by the contractor. The contractor shall identify the method of serving the meals (e.g., buffet style, wait staff, etc.) as well as the location. Meals shall not be served in an isolated location. Meal service shall be in a location where other conference attendees have the option of dining with the guests. The contractor shall devise a system to insure that only authorized personnel receive contracted meals. An example might be the utilization of a ticket coding system identifying breakfast, lunch, and dinner meals. The tickets would be provided to the Contracting Officer for dissemination to authorized personnel. Authorized personnel would present coupons to hotel staff at the time each meal is consumed. Meal Coupons would then be returned to the Contracting Officer (By Designated Hotel Representative) on a daily basis for verification and certification. Meals would be paid for based on the total number of coupons returned to the Contracting Officer after they have been used. Menus shall be provided by the contractor for review and approval upon submission of bid. Meals for 70 people will be served according to the following schedule: a. Breakfast -- 70 meals each on 2 Jun 97 through 7 Jun 97 Breakfast served during 6:00 A.M. through 7:45 A.M. b. Lunch -- 70 meals each on 2 Jun 97 through 6 Jun 97 Lunch served during 11:30 A.M. through 1:00 P.M. c. Dinner -- 70 meals each on 1 Jun 97 through 4 Jun 97 and 6 Jun 97 Dinner served during 7:30 P.M. through 9:30 P.M. Any alcoholic drinks served during these meals, under performance of this contract, shall be billed to the guest placing the order and shall not be billed to the U.S. Government. SIT DOWN DINNER -- The contractor shall provide a Sit Down Dinner on 5 Jun 97 from 7:30 P.M. to 10:30 P.M., for approximately 120 attendees, according to a predetermined menu. A menu shall be provided by the contractor for review and approval upon submission of bid. A room layout (to include shape, dimensions, and position of tables) shall be provided by thecontractor upon submission of bid. The following equipment shall be provided for use during the Dinner: (1) lectern and PA System with a microphone (including a spare and functioning microphone). Appropriate decorations shall be provided for each table as well as refreshments. RECEPTION -- The contractor shall provide a separate Reception Area on 2 Jun 97 from 5:30 P.M. to 8:30 P.M.. The contractor shall provide area set-up conducive to a relaxed and social atmosphere. Refreshments and light hors d' ourves for approximately 120 attendees shall be provided. The following equipment shall be provided for use during the Reception: (1) lectern and PA System with a microphone (including a functioning, spare microphone). Appropriate decorations shall be provided for the Reception Area. CONFERENCE ROOMS -- The term "Full Service," as used in this contract is defined as providing coffee breaks, to include ample pitchers of ice water and coffee with glasses and cups, during the periods of 8:00 A.M. through 10:00A.M. and 2:00 P.M. through 4:00 P.M. with a combination of pastries and cookies provided during one (1) morning and one (1) afternoon break. Sufficient coffee cups shall be made available to serve the number of personnel within the conference room. All dirty glasses and cups along with empty trays/trash will be picked up after each break. All empty water pitchers and coffee urns will be replenished as required. MAIN CONFERENCE ROOM WITH BREAK OUTS -- One (1) "Full Service" Main Conference room capable of supporting 140 attendees in a classroom style environment, with ample room for two translation booths, will be provided by the contractor. The conference room will be required all day on 2 Jun 97 and 6 Jun 97. The conference room will also be required during the afternoon for approximately one hour for the period of 3 Jun 97 through 5 Jun 97. Eight (08) "Full Service" Break Out Rooms, capable of supporting 15 people per room, will be provided by the contractor for the period of 3 Jun 97 through 5 Jun 97. Rooms shall provide ample workspace (e.g. work table(s) and chairs to seat each working group) in a quiet environment. The group of 140 personnel will break out into 8 groups (approximately 15 people per group). Each workgroup will not have to be placed in a separate room if there is sufficient space between workgroups to provide noise protection/interference between groups (e.g., another large conference room could be provided to support this requirement, maintaining conformance with the specifications). NOTE: Keep in mind that these 8 groups will reassemble in the Main Conference Room at the close of each day, for approximately 1 hour, to discuss the events of the day. ADMINISTRATIVE OFFICE -- Provide two (2) administrative offices (Control/Operations) for use by support personnel for the period of 30 May 97 through 7 Jun 97. These offices shall be adjacent to, or in the immediate vicinity of, the main conference room. There shall be ample space, to include tables and chairs, for 10 personnel, with additional space for the set up of 10 computers, 10 printers and 10 phones. Ample electrical outlets and phone lines shall be in place. PARKING SPACES -- Eighteen (18) parking spaces shall be provided and reserved for use by designated conference attendees. Parking spaces shall be provided at no cost to the Government. CLAUSES -- The following clauses apply to this solicitation. The full content of these clauses will be provided, upon request, or may be obtained at the following web site: http://www.gsa.gov/far/. FAR 52.212-1, Instructions to Offerors -- Commercial Items (OCT 1995); FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (JUN 1996); FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (AUG 1996); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (AUG 1996), to include the additional FAR clauses cited within the clause under paragraph (b): (1) through (3) and (6) through (9); FAR 52.212-2, Evaluation -- Commercial Items (OCT 1995), the following evaluation factors and their significance in evaluation shall be included as part of paragraph (a): (I) SECURITY (II) LOCATION (III) CANCELLATION COSTS (I.E. RISK FACTORS) (IV) ACCOMMODATIONS AND SERVICES (V) PRICE The relative importance of factors (I), (II) and (III), when combined, are significantly more important than factors (IV) and (V), when combined. FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment (AUG 1996); DFARS 252.212-7000, Offeror Representations and Certifications -- Commercial Items (NOV 1995); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 1995) CERTIFICATIONS -- The certifications at FAR 52.212-3 and DFARS 252.212-7000 shall be completed and returned with the submission of your bid. The full content of these certifications will be provided, upon request, or may be obtained at the following web site: http://www.gsa.gov/far/. ADDITIONAL INFORMATION -- The preferred method of correspondence is via the internet. An additional e-mail address for correspondence or submission of bids is as follows: johnstonf@clb.usmc.mil (0094)

Loren Data Corp. http://www.ld.com (SYN# 0091 19970408\X-0002.SOL)


X - Lease or Rental of Facilities Index Page