|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 17,1998 PSA#2223NASA/Langley Research Center, Mail Stop 144, Industry Assistance
Office, Hampton, VA 23681-0001 99 -- AGATE ANNUAL PLANNING & SCHEDULING TRAINING WORKSHOP SOL
1-011-ADC.3600 DUE 112398 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.3600. 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). Request for
Proposal: Advanced General Aviation Transport Experiments (AGATE)
Annual Planning & Scheduling Meeting and Training Workshop Statement of
Work: NASA Langley Research Center has a requirement for a local
(Hampton Roads area) hotel that has a business center to provide,
sleeping accommodations, eating facilities, meeting space and support
training services (audio/visual (A/V) equipment, coping facility, etc.)
for the Advanced General Aviation Transport Experiments (AGATE) Annual
Planning & Scheduling Meeting and Training Workshop which will be held
from December 7 to December 10, 1998. On December 7 through December
10, the training/meeting facilities should be available as follows:
Dec. 7th -- 11:00 a.m. to 8:30 p.m., Dec. 8th -- 8:00 a.m. to 8:30
p.m., Dec. 9th -- 8:00 a.m. to 8:30 p.m., Dec. 10th -- 8:00 a.m. to
5:00 p.m. The course will be 4 days. The vendor shall provide
facilities and service for approximately 70 participants (15 to 20
participants will arrive on December 6 between the hours of 3:00 P.M.
6:00 P.M.). All participants will need sleeping rooms through December
9 and eating facilities through December 10. The facilities and
services must include private sleeping rooms (at a minimum: a double
bed, private bathroom, television, radio, and telephone). Daily meals
to dinner on December 6 for early arrivals. Lunch and dinner on
December 7. Breakfast, lunch, and dinner on December 8 and 9. Breakfast
and lunch on December 10. All meals can be buffet, off the menu, chief
choice, etc. There should be AM and PM breaks. These breaks shall
cover the usual beverages and foods that the contractor usually covers
for similar events. The cost of these breaks shall not exceed
$3.50/participant/day for both breaks. * For a full training day
session, conference rooms are needed. One to accommodate 70
participants and desire class set-up, which will be lecture style, "U"
shaped table to seat 15 at the front of the room & enough tables in
the audience for the remaining 55 participants. Two break-out rooms to
accommodate approximately 15 people. Each of the 3 rooms should be
equip with: TV/VCR, 2 viewgraph/ overhead projectors, 6-foot screen,
easel/flip-chart, and internet connection. Also will need access to fax
machine and copying equipment or facilities. Quotation: The hotel
facility must be located in the Hampton Roads area. The vendor shall
provide 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-season/off-season per diem rate fluctuations), A/V
rental costs and support service costs for all goods and services
described herein. The vendor s quotation should include a description
of the facility s location, physical layout, property amenities (please
complete attached list) overall setting, menus for attendees (must be
able to accommodate special dietary requests), proposed morning evening
break refreshments, conference facility description, and (audio/visual
etc.). The vendor shall state the validity of the quote; rates,
advanced notice of reservation, cancellation policies, and any other
pertinent information. Proposal should be returned to LaRC by November
23, 1998. The provisions and clauses in the RFQ are those in effect
through FAC 98-8. 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. THIS COURSE BEGINS DECEMBER 7 AND
ENDS DECEMBER10. Delivery shall be FOB Destination. 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 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: 1852.215-84
OMBUDSMAN. FAR 52.212-5 is applicable and the following identified
clauses are incorporated by reference. 52.222-26; 52.222.35; 52.222-36;
52.222-37; 52.225-21. Questions regarding this acquisition must be
submitted in writing no later than NOVEMBER 20, 1998. Quotations are
due by NOVEMBER 20, 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. 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). 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 11/13/98
(D-SN271251). (0317) Loren Data Corp. http://www.ld.com (SYN# 0248 19981117\99-0006.SOL)
99 - Miscellaneous Index Page
|
|