Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 28,1998 PSA#2146

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

99 -- COSTS AND RELATED FEES IN SUPPORT OF NASA'S AGENCYWIDE SBIR TRAINING SOL 1-111-ADC.3217 DUE 072498 POC Lauretta E. Cole, Purchasing Agent, Phone (757)-864-2443, Fax (757) 864-9775, Email L.E.COLE@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/LaRC/date.html#1-111-ADC.3217. E-MAIL: Lauretta E. Cole, L.E.COLE@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). NASA Langley Research Center has a requirement to provide hotel sleeping accommodations, eating facilities, meeting space and support services (A/V equipment, copying facility, etc.) for the NASA Agency wide SBIR training which will be held from August 31 to September 3, 1998, (starting 8:00 a.m., September 1, and ending, September 3, 1998, at 12 noon). The course will be for 2-1/2 consecutive days. Each day s session will begin at 8:00 A.M. and end at 9 P.M. The course will have 50 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. Meals will be full breakfast, lunch from either menu, chef choice or buffet) for a full training day session (8 a.m., to 9 p.m., conference rooms to accommodate the number of participants and desired class set-up, which will be lecture style, U shaped table to seat twenty-five (25) with lecture style twenty-five (25) behind U shape. Two (2) break-out rooms for twenty (20) participants, audio/visual equipment, one (1) overhead projector, two (2) 6-foot screens, four (4) easels), support services and refreshment/snacks/soft drinks for the morning/afternoon breaks and evening social room. The Contractor shall provide at least standard quality, single occupancy rooms for all 50 attendees. Morning and afternoon breaks, and snacks/soft drinks for the social area in like quality. The Contractor shall provide conference rooms, in specified set-up style, suitable to accommodate the number of attendees (50) for the course. The Contractor should have available A/V equipment to support the course. The Government will provide the Contractor with the number of attendees and required equipment needs by August 25, 1998, QUOTATION: The Contractor shall provide separate quotation within a total fixed price on a per-person rate, for both residency and day students (this should take into consideration the in-season/off-season per diem rate fluctuations), A/V rental costs and support services costs for all goods and services described herein. The Contractor s quotation should include a description of the facility s location, physical layout, property amenities (checklist available upon request) overall setting, menu s for attendees (must be able to accommodate special dietary requests), proposed morning/evening break refreshments, conference facility description and (audio/visual, etc.). The Contractor shall state the validity of the quote; rates, advanced notice of reservations, cancellation policies, and any other pertinent information. 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 $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-C-9 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 special commercial 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. 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: 52.213-3, 52.214-34, 52.214-35, 1852.215-84. FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 52.222-3, 52.233-3, 52.222-26, 52.222-36, 52.225-19, 52.225-21. Quotations are due by 4:00 P.M. to the address specified above and to the attention of the Bid Depository. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price and past performance; and, location to the Center, guest facilities, cancellation policy, and property amenities. Unless otherwise stated in the solicitation, for selection purposes, technical, price and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). 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). See Note(s). Any referenced notes can be viewed at the following URL: http://cbdnet.access.gpo.gov/num-note.html and http://genesis.gsfc.nasa.gov/nasanote.html. Posted 07/20/98 (D-SN225791). (0201)

Loren Data Corp. http://www.ld.com (SYN# 0805 19980728\99-0008.SOL)


99 - Miscellaneous Index Page