Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 27,1998 PSA#2103

NASA/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