|
COMMERCE BUSINESS DAILY ISSUE OF MAY 27,1998 PSA#2103NASA/Langley Research Center, Mail Stop 144, Industry Assistance
Office, Hampton, VA 23681-0001 U -- LODGING SERVICES FOR UPCOMING IFMP PLANNING WORKSHOP SOL
1-011-ADC.3107 DUE 052698 POC Marie W. Hamann, Purchasing Agent, Phone
(757) 864-2258, Fax (757) 864-7709, Email m.w.hamann@ larc.nasa.gov
WEB: Click here for the latest information about this notice,
http://nais.nasa.gov/EPS/LaRC/date.html#1-011-ADC.3107. E-MAIL: Marie
W. Hamann, m.w.hamann@larc.nasa.gov. This notice is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; quotes are being requested and a written
solicitation will not be issued. This procurement is being conducted
under the Simplified Acquisition Procedures (SAP). These services are
restricted to vendors in the Hampton Roads Area only. STATEMENT OF WORK
NASA Langley Research Center has a requirement to provide
hotel-sleeping accommodations, eating facilities, meeting space and
support services [audio/visual (A/V) equipment, copy facility, etc.,]
for the NASA Agencywide training course IFMP Transition, which will be
held from June 21 (starting 6 p.m., and ending 12 noon) to June 26,
1998. The course will be in session for six consecutive days. Each day
s session will begin at * a.m., and end at 9 p.m. The course will have
approximately 85 participants (class participants, guest speakers and
visitors). For this course, facilities and services must include
private sleeping rooms (at a minimum double bed, private bathroom,
television, radio, and telephone), three meals (full breakfast, lunch,
and supper; it is desirable to have one dinner per week at an off-site
eatery) for a full training day session (8 a.m., to 8 p.m.,) and two
meals for a half training day session (8 a.m., to 12 noon). Other
requirements include two main meeting rooms (one for 85 participants,
one for 25 participants, and desired class set-up, which will be
classroom), 4 break-out rooms with round tables 6/8 per table,
audio/visual equipment [two overheads, (two in-focus machines and a
portable microphone for speaker in large meeting room) two screens, ten
easels], support services (copying machine facility) and
refreshment/snacks for the morning/afternoon breaks and evening social
room. However, there is no guarantee that this course will be held.
The vendor shall provide at least standard quality, single occupancy
rooms for all 85 attendees. The vendor shall provide a conference room,
in specified set-up style, suitable to accommodate the number of
attendees for the course. The vendor should have available A/V
equipment and easels to support the course. The government will provide
the vendor with a list of these needs at least one week before the
course date. The vendor shall provide a separate quotation within a
total fixed price on a per-person rate, for both residency and day
student (this should take in to consideration the in- and off-season
per diem rate fluctuation), A/V rental costs and support services costs
for all goods and service described herein. The vendor s quotation
should include a description of the facility s location, physical
layout, property amenities, overall setting, menus for attendees (must
be able to accommodate special dietary requests), proposed
morning/evening break refreshments, conference facility description,
notice of reservation, cancellation policies, and any other pertinent
information. Proposal should be returned to LaRC by May 26, 1998.
AWARD: The resulting purchase order will be awarded based on price,
location to the Center, guest facilities, and property amenities. The
provisions and clauses in the RFQ are those in effect through FAC
97-46. The SIC code and the small business size standard for this
procurement are 7011 and up to or over $5.0M, respectively. The quoter
shall state in their quotation their size status for this procurement.
All qualified responsible business sources may submit a quotation which
shall be considered by the agency. The DPAS rating for this procurement
is DO-C9. Quotations for the items(s) described above may be mailed or
faxed to the identified point of contact [or bid distribution office,
by the date/time specified and include, solicitation number, FOB
destination to this Center, proposed delivery schedule,
discount/payment terms, warranty duration (if applicable), taxpayer
identification number (TIN), identification of any specialcommercial
terms, and be signed by an authorized company representative. Quoters
are encouraged to use the Standard Form 1449,
Solicitation/Contract/Order for Commercial Items form found at URL:
http://procure.arc.nasa.gov/Acq/Standard_Forms/Index.html to submit a
quotation. Quoters shall provide the information required by FAR
52.212-1 -- Instructions to Offerors -- Commercial Items (APR 1998).
Please note that payments are to be made by electronic funds transfer,
accordingly, you must provide the mandatory information for electronic
funds transfer with your representations and certifications. Failure to
provide this information may delay or prevent the receipt of payments
through the Automated Clearinghouse Payment System. If the end
product(s) quoted is other than domestic end product(s) as defined in
the clause entitled "Buy American Act -- Supplies," the quoter shall so
state and shall list the country of origin. The Representations and
Certifications required by FAR 52.2l2-3 may be obtained via the
internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR
52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows:
18-52.215-84, Ombudsman. FAR 52.212-5 is applicable with the exception
of: 52.203-6, 52.219-8, 52.219-9, 52.219-14, 52.225-18, 52.225-19,
52.239-1, and 52.247-64. Questions regarding this acquisition must be
submitted in writing no later than May 26, 1998. Quotations are due by
4:00 p.m., May 26, 1998 to the address specified above and to the
attention of the Bid Depository. Selection and award will be made (on
an aggregate basis) to the lowest priced, technically acceptable
quoter. See Statement of Work. Technical acceptability will be
determined by information submitted by the quoter providing a
description in sufficient detail to show that the product quoted meets
the Government's requirement. Quoters must provide copies of the
provision at 52.212-3, Offeror Representation and Certifications --
Commercial Items with their quote. See above for where to obtain copies
of the form via the Internet. An ombudsman has been appointed -- See
Internet Note "B". It is the quoter's responsibility to monitor this
site for the release of amendments (if any). Potential quoters will be
responsible for downloading their own copy of this combination
synopsis/solicitation and amendments (if any). (0142) Loren Data Corp. http://www.ld.com (SYN# 0104 19980527\U-0003.SOL)
U - Education and Training Services Index Page
|
|