Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 22,1999 PSA#2460

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

U -- FACILITIES FOR PERSONAL GROWTH, MARRIAGE ENRICHMENT AND SPIRITUAL GROWTH RETREATS, SAN DIEGO, CA AREA. SOL N00244-00-T-0055 DUE 102599 POC Contracting Officer, Ralph Franchi 619-532-1416, fax: 619-532-2347, e-mail: ralph_a_franchi@sd.fisc.navy.mil WEB: ., http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the Contracting Officer via, ralph_a_franchi@sd.fisc.navy.mil. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with format in the FAR Part 12.6 and FAR 13.5 as supplemented with additional information included in this notice. IMPORTANT NOTICE: DFARS 252.204-7004 "Central Contractor Registration" (CCR) is required applies to all solicitations issued on/after 6-1-98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award of a contract/purchase order. Please ensure compliance with this regulation when submitting your quote. Utilize the CCR website at http://www.ccr2000.com and/or call the CCR Assistance Center at 888-227-2423 for more information. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number: N00244-00-T-0055 is hereby applicable. This solicitation is being issued as a RFQ (Request for Quote). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14 and Defense Acquisition Circular 91-14. This solicitation is issued on an unrestricted basis. The Standard Industrialization Classification Code is 7011 and the business size standard is $5.0. FISC San Diego is announcing a requirement for the following: Facilities, Food and Lodging for Personal Growth, Spiritual Growth and Marriage Enrichment retreats. Specifications are as follows: All retreats are to be (48) Hour in duration. The physical requirements are for (35) and (20) people per retreat: (1)FACILITY REQUIREMENTS: A SINGLE SITE WITH EXCLUSIVE AREA FOR BERTHING, MEETINGS, AND PARTICIPANTS SOLITUDE TIME IS NECESSARY. THE RETREAT SITE MUST BE PRIVATE TO ALLOW FOR FREE MOVEMENT OF PARTICIPANTS WHO ARE DEALING WITH PERSONAL ISSUES IN A CONFIDENTIAL ATMOSPHERE. (2) A SEPARATE BERTHING SPACE IS REQUIRED FOR THE CHAPLAIN, (3) A MINIUM OF THIRTY-FIVE BEDS, PILLOWS AND LINENS. EACH ROOM MUST HAVE ADEQUATE SPACE FOR PERSONAL BELONGINGS TO INCLUDE SEPARATE BERTHING AREAS FOR MEN AND WOMEN. (4) ADEQUATE/SEPERATEBATHING, SHOWERING AND WASHING FACILITIES MUST BE KEPT SANITARY AND IN GOOD WORKING CONDITION; (5) ADEQUATE/SEPERATE TOLIET FACILITIES MUST BE KEPT SANITARY AND IN GOOD WORKING CONDITION; (6) TOLIET FACILITIES AND BATHING/SHOWERING AND WASHING FACILITIES MUST BE KEPT SANITARY AND IN GOOD WORKING CONDITION; (7) PLENARY ROOM (CAPACITY 35) WITH ELECTRICAL OUTLETS FOR STEREO GEAR. (8) THREE(3)AREAS LARGE ENOUGH FOR SMALL MEETINGS FOR 8-10 PEOPLE. (BERTHING SPACES MAY BE USED FOR SMALL GROUP MEETINGS BUT IS NOT DESIRED); (9) RECORDED MUSIC PLAYED THROUGHOUT THE DAY AND EVENING INSIDE THE PLENARY ROOM, WOULD BE DISTURBING TO OTHER NEARBY GROUPS; (10) SNACKS SHALL BE SERVED EACH EVENING BEGINNING ON FRIDAY EVENING. THE BUS WILL ARRRIVE BETWEEN 7:00 AND 7:30 P.M. A SNACK WILL BE REQUIRED CONSISTING OF CAKE, COOKIES AND AN ALTERNATIVE FOR DIETERS, SUCH AS FRUIT, RAW VEGETABLES, AND COFFEE WITH AN ALTERNATE BEVERAGE SUCH AS PUNCH OR FRUIT JUICE. (11) COFFEE (BOTH REGULAR AND DECAFFEINATED), TEA ANDHOT CHOCOLATE, COLD JUICES AND WATER MUST BE AVAILABLE AT ALL TIMES; (12) MEAL TIMES WILL BE AS FOLLOWS: DATE OF ARRIVAL: 1900 SNACK; DAILY: BREAKFAST 0730/0800; LUNCH 1200/1230; DINNER 1800/1830; DAY OF DEPARTURE: BREAKFAST 0730/0800; LUNCH 1200/1230; THESE TIMES ARE APPROXIMATE AND SHOULD BE FLEXIBLE WITHIN THE HOUR AT THE DISCRETION OF THE CHAPLAIN ON FULL SESSION DAYS, THREE BALANCED MEALS SHALL BE REQUIRED. (BREAKFAST, LUNCH, DINNER) (13) AREA ACCESSIBILITY TO A LARGE BUS; (14) TRANSPORTATION IN CASE OF MEDICAL EMERGENCY; (15) THE RETREAT SITE MUST HAVE STAFF PERSONNEL AVAILABLE THROUGHOUT THE RETREAT; (16) DIRECTOR, CREDO, SAN DIEGO MUST BE NOTIFIED TWO WEEKS IN ADVANCE OF ANY DISRUPTION OF RETREAT FACILITIES OR RETREAT ATMOSPHERE; (17) THERE MUST BE A PHONE AVAILABLE. (18) HEATING AND VENTILATION MUST BE SUCH AS TO MAINTAIN THE TEMPERATURE BETWEEN 68 AND 75 DEGREES IN ALL FACILITIES; (19) SMOKING MUST BE ALLOWED (AT LEAST IN CERTAIN DESIGNATED AREAS; (20) ALL FACILITIES MUST BE CLEAN, NEAT AND READY UPON ARRIVAL; THE REQUIRED RETREAT TIME PERIODS ARE AS FOLLOWS: Item 0001: 29-31 October 1999, MARRIAGE ENRICHMENT RETREAT; ITEM 0002: 19-21 NOVEMBER 1999 SPIRITUAL GROWTH RETREAT; ITEM 0003: 4-6 FEB 2000, MARRIAGE ENRICHMENT RETREAT; ITEM 0004: 10-12 MARCH 2000, SPIRITUAL GROWTH RETREAT; ITEM 0005: 7-9 APRIL 2000, MARRIAGE ENRICHMENT RETREAT; ITEM 0006: 9-11 JUNE 2000, MARRIAGE ENRICHMENT RETREAT; ITEM 0007: 23-25 JUNE 2000, STAFF/TEAM RETREAT; ITEM 0008: 13-16 JULY 2000, PERSONAL GROWTH RETREAT; ITEM 0009: 27-29 JULY 2000, CHAPLAINS RETREAT; ITEM 0010: 10-13 AUGUST 2000, PERSONAL GROWTH RETREAT; ITEM 0011: 25-27 AUGUST 2000, MARRIAGE ENRICHMENT RETREAT; Pricing quoted is to be Firm Fixed Pricing. (FOB/Destination). Billing will be performed monthly in arrears. Inspection and Acceptance of all service and materials will be made at destination. Contact the Contracting Officer for additional information regarding this solicitation. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE. THE FULL TEXT OF THE PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil FAR 52.212-4 Contract Terms and Conditions Commercial Items; Addendum to FAR 52.212-4 are hereby incorporated by reference or full text as applicable: 52.217-8 Option to Extend Services, 52.232-33 Mandatory Information for electronic funds transfer payments, 52.247-34 FOB Destination, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies with following applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.232-33 Payment by Electronic Funds Transfer-Central Registration (31 USC 3332) DFARS252.212-7001 Contract Terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items-JAN 1999, DFARS 252.225-7001 Buy American Act-Balance of Payment Program (41 USC 10a-10d, EO 10582); DFARS 252.204-7004 Required Central Contractor Registration. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; NOTE: This provision is considered a "fill-in". All applicable fields must be completed. Submit this provision with your quotation. FAR 52.212-2 Evaluation of Commercial Items; (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the quotation: (i) Technical capability of the contractor to meet the requirement (ii) Ability to meet the required delivery date. (iii) Pricing To be determined technically acceptable, the contractor must furnish a minimum of two (2) references that can verify the contractor's ability to meet all requirements. References submitted must be similar or exact type of service as stated in this announcement. Provide Commercial customer or Federal agency, poc, phone number and type of service. Only those quotations which meet the first factor (i) will be further evaluated unders factors (ii) and (iii). In step two of the evaluation of technically acceptable quotations, Factor (ii) Delivery Schedule is considered more important that Factor (iii) Pricing: Contractor is to provide current price list (if available) that reflect the charges/cost associated with the services. The Government's delivery time frame has been stated. Ability to meet the schedule shall be demonstrated by the contractor's submission of a signed quotation which has not taken exception to the schedule. Quotations which take exception and do not meet the Government's schedule may be determined to be unacceptable and not considered for award. At the discretion of the Contracting Officer the Government intends to evaluate quotations and award a Firm Fixed Price purchase order without discussions with contractors. Each initial offer should, therefore contain the contractors best terms from both a technical, delivery and pricing standpoint. FAR 52.212-1, Instructions to Offerors Commercial Items NOTE: This provision must be reviewed completely. It contains important for the submission of your quotation. Submit quotations via FAX to: Fleet and Industrial Supply Center, Regional Contracts Dept., 937 N. Harbor Dr., Ste. 60, San Diego, CA 92132-0060 Attn: Ralph Franchi, Code 2611. 619-532-2347 fax. Address all questions or inquiries to the Contracting Officer at: 619-532-1416 or e-mail: ralph_a_franchi@sd.fisc.navy.mil Reference solicitation number: N00244-00-T-0055 on all documents and requests for information. Quotes must be received no later than COB 4:00 p.m. (PST) on 10/25/99. Posted 10/20/99 (W-SN393436). (0293)

Loren Data Corp. http://www.ld.com (SYN# 0123 19991022\U-0002.SOL)


U - Education and Training Services Index Page