|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 30,1997 PSA#1835Department of Defense Education Activity, Hqs, Procurement Div, 4040 N.
Fairfax Drive, 8th Floor, Arlington, Va 22203 X -- LODGING/CONFERENCE FACILITIES DUE 051597 SOL MDA410-97-R-0002 DUE
051597 POC Tim Graf, Contracting Officer, (703) 696-3843, extension
4104 (i.) 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; proposals are being
requested and a written solicitation will not be issued. (ii.)This
SOLICITATION NUMBER MDA410-97-R-0002 is issued as a request for
proposal. (iii.)This solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
#90-45 final rule effective 1/1/97. (v.)(1) The standard industrial
classification (SIC) code for this acquisition is 7011. (2) The small
business size standard is $5,000,000 (insert size standard). (3) The
small business size standard for a concern which submits an offer in
its own name, other than on a construction or service contract, but
which proposes to furnish a product which it did not itself
manufacture, is 500 employees. (vi.)List of CONTRACT LINE ITEM NUMBERS:
CLINs 0001, 0002, 0003 and 0004: Lodging/Conference room
accommodations. (vii.) DESCRIPTION OF REQUIREMENTS: The Department of
Defense Dependent Schools (DoDDS) intends to enter into a fim fixed
price contract to provide lodging, meals, conference/break-out rooms
and audio-visual/equipment for 55 participants and instructors for the
Teaching Middle Grades (7-8) Mathematics Workshop to be help August 4
-- 8, 1997 in San Jose, California. CLIN 0001 -- LODGING -- The
contractor shall provide single occupancy rooms for six nights
beginning August 4, 1997 through August 8, 1997. Each room shall be
free from any hazards or deficiencies that could adversely affect the
personal health or safety of the occupants. CLIN 0002 -- MEALS -- The
contractor shall provide breakfast, lunch and dinner (buffet or
sit-down) as follows: August 3 (Sunday) dinner for 55, August 4
(Monday) breakfast, lunch and dinner for 55, August 5 (Tuesday)
breakfast, lunch and dinner for 55, August 6 (Wednesday) breakfast,
lunch and dinner for 55, August 7 (Thursday) breakfast, lunch and
dinner for 55, August 8 (Friday) breakfast, lunch and dinner for 55,
August 9 (Saturday) breakfast for 55. CLIN 0003 -- CONFERENCE/BREAKOUT
ROOMS -- The contractor shall provide one large conference room with
curtained windows for outside light, and an interior space with
unobstructed view, (i.e. no columns or poles) which will comfortably
accommodate 55 participants and their instructors from Monday, August
4, 1997 through Friday, August 8, 1997. The large conference room shall
be furnished with large round tables to seat 4-6 persons at each table
and 6 extra round or rectangular tables to hold math manipulatives and
instructional materials. In addition, 3 additional break-out rooms are
required to accommodate 20 people with a corresponding number of
tables. Each of the conference rooms shall have large wastebaskets and
each group tables shall be provided with drinking glasses and ice
water. Workshops will begin at 8:00 AM and end at 4:00 PM daily, Monday
through Friday. CLIN 0004 -- AUDIO VISUAL/EQUIPMENT -- The contractor
shall provide overhead projectors and screens, for the large conference
room and each of the break-out rooms. Videocassette recorders, monitors
and all cables and connections should be available in each of the
instructional rooms. Two flip charts or white boards are also required
per instructional room. (viii.)Hotel Location/Place of Performance --
The hotel must be located in a convenient location to downtown and the
airport and within 4 blocks distance to the Transportation Agency Light
Rail System. (viii.) FAR 52.212-1, Instructions to Offerors-Commercial,
is incorporated by reference and applies to this acquisition. (ix.) FAR
52.212-2, Evaluation-Commercial Items, is incorporated by reference and
applies to this acquisition. ADDENDUM. 52.212-2, Para. (a). The
following factors shall be used to evaluate offerors technical
capability and price. Technical capability is approximately equal to
price. Offerors are encourage to submit, if available, a copy of
conference/meeting room floor plans and a copy of meeting room capacity
charts. A cost proposal/price quote must include a separate price for
each of the CLINs described above. All lodging and meals shall be
priced within the current prevailing per diem rates as listed in the
Joint Travel Regulations (JTR). (x.) Offerors SHALL include a COMPLETE
copy of the provision 52.212-3, OFFEROR REPRESENTATIONS AND
CERTIFICATIONS-COMMERCIAL ITEMS, with its proposal. (xi.) FAR 52.212-4.
"Contract Terms and Conditions -- Commercial Items" is incorporated by
reference and applies to this acquisition and resulting contracting.
The following terms and conditions are added as an addendum to this
clause: Type of contract: The resulting contract will be firm fixed
price. (xii.) FAR 52.212-5, Contract Terms And Conditions Required To
Implement Statutes Or Executive Orders-Commercial Items (Oct. 1995) is
incorporated in this contract by reference, however for paragraphs (b)
and (c) only the following provisions apply to this acquisition: FAR
52.203-6, Restrictions on Subcontractor Sales to the Government, with
Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.203-10, Price
or Fee Adjustment for Illegal or Improper Activity (41 U.S.C. 423), FAR
52.219-8, Utilization of Small Business Concerns and Small
Disadvantaged Business Concerns (15 U.S.C. 637(d)(2) and (3)), FAR
52.222-26, Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative
Action for Special Disabled and Vietnam Era Veterans (29 U.S.C. 4212),
FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C.
793), FAR 52,222-37, Employment Reports on Special Disabled Veterans
and Veterans of the Vietnam Era (38 U.S.C. 4212). FAR 52-225-19,
European Community Sanctions for Services (E.O. 12849), DFAR
252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT
STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF
COMMERCIAL ITEMS (FEB 1997), DFAR 252.225-7001, Buy American Act and
Balance of Payment Program (41 U.S.C. 10, E.O. 10582), DFAR
252.225-7012, Preference for Certain Domestic Commodities, (xiii.)
ADDITIONAL CONTRACT REQUIREMENTS: FAR 52.232-18, Electronic Funds
Transfer Payment (Apr 1984) is incorporated by reference in this
solicitation. (xiv.) CBD Numbered Note: N/A. One proposal is due May
15, 1997 at 3:00 PM Eastern Time at the Department of Defense Education
Activity, Procurement Division, 4040 North Fairfax Drive, 4th Floor,
Arlington, VA 22203-4871. Offerors MUST acquaint themselves with the
NEW regulations concerning Commercial item acquisition contained in FAR
subpart 12 and must ensure that all Representations and Certifications
are executed and returned as called for in this solicitation. For
questions regarding this specific acquisition contact Mr. Tim Graf
(703) 696-3843 extension 4104. ***** (0115) Loren Data Corp. http://www.ld.com (SYN# 0065 19970430\X-0001.SOL)
X - Lease or Rental of Facilities Index Page
|
|