Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 20,2000 PSA#2625

Department of the Air Force, Air Education and Training Command, Randolph AFB Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525

U -- PROVIDE TRAINING FACILITIES FOR AIR FORCE TEEN FORUM, 10-15 JULY 00, WASHINGTON D.C. SOL Reference-Number-F7HQFR01320100 DUE 062100 POC Don Brooks, Contract Specialist, Phone 210-652-5187, Fax 210-652-2759, Email don.brooks@randolph.af.mil -- Loralan Seiffert, Contract Specialist, Phone 210-652-5183, Fax 210-652-2759, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=Reference-Num ber-F7HQFR01320100&LocID=464. E-MAIL: Don Brooks, don.brooks@randolph.af.mil. This 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; quotations are being accepted and a written solicitation will not be issued. This solicitation is being issued under full and open competition. Request Number F7HQFR01320100 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. The SIC Code is 7021, size standard is 5M. Requirement is to provide lodging, meals, and meeting rooms in support of the annual Air Force Teen Forum, 10-14 July 00, in the Washington D.C. area. This program gathers teens and youth center members from around the world to discuss issues to Air Force senior leadership. The following is a list of requirements to support the Air Force Teen Forum: a. Provide 5 single occupancy rooms on 8 Jul 00 for early arriving staff members; 28 single occupancy rooms for early arriving attendees from overseas locations on 9 Jul 00; 92 single occupancy rooms 10-13 Jul 00; and 5 single occupancy rooms on 14 Jul 00 for late departing overseas attendees. (Almost everyone will depart on Friday, 14 Jul 00). b. Provide three meals per day included in the price of each individual_s stay. Meals should include a wide variety of selections that can meet the requirements of a wide variety of people (salads/healthy foods, pizza/fast foods, etc.) The daily lodging/meal rate must be within Air Force per diem rate. c. Provide one large meeting room (100 people) and three smaller rooms, capacity of 30 people each. Room set-up to be discussed once contract established. d. Provide VCR and monitor in large meeting room only. Provide flip charts and markers in each of the meeting rooms. e. Provide morning and afternoon beverages available during breaks at no additional charge. f. Provide security service on duty 24-hours.Medical accomodations must be available on premises. g. Availability of various fitness and recreation facilities for patron use during non-meeting times. h. Location within 25 miles of either Dulles International Airport or Ronald Reagan International Airport in the Washington D.C. area. Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. Interested parties capable of providing the above must submit written price quote to include discount terms, cage code, and firm_s evidence of their ability to perform. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may apply through the Internet at http://ccr.edi.disa.mil. Responses to this notice shall be provided in writing via e-mail to Mr. Donald N. Brooks at don.brooks@randolph.af.mil no later than 21 Jun 00, 2:30 P.M. (CT). Offerors must also include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications_Commercial Items can be obtained at http://www.arnet.gov/far. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following clauses also apply: 52-212-4 Contract Terms and Conditions-Commercial Items. Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of: (1) Administrative changes such as changes in the paying office, appropriation data, etc. (2) No cost amended shipping instructions (ASI) if_(A) The ASI modifies a unilateral purchase order, and (B) The contractor agrees verbally or in writing, (3) Any change made before work begins if -- -- (A) The change is within the scope of the original order, (B) The contractor agrees; (C) The modification references the contractor_s verbal or written agreement. 52-212-5, Contract Terms and Conditions_Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Order_Commercial Items with these additional FAR clauses marked: 52.222-26, Equal Opportunity ( E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans of the Vietnam Era (38 U.S.C. 4212); 52.204-6, Data Universal Numbering System. In addition, DFAR 252-212-7001 with these additional clauses being applicable: 252-204-7004, Required Central Contractor Registration; and 252.232-7009, Payment by Electronics Funds Tra Posted 06/16/00 (D-SN465748). (0168)

Loren Data Corp. http://www.ld.com (SYN# 0080 20000620\U-0001.SOL)


U - Education and Training Services Index Page