Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 20, 2001 PSA #2940
SOLICITATIONS

D -- TRAVEL SCHEDULING INFORMATION SYSTEM

Notice Date
September 18, 2001
Contracting Office
Department of Justice, United States Marshals Service, Procurement Office, 600 Army Navy Drive CS3, Suite 1104, Arlington, VA, 22202-4210
ZIP Code
22202-4210
Solicitation Number
MS-02-MC001
Response Due
September 21, 2001
Point of Contact
Nancy Reese, Contracting Officer, Phone 202-353-8348, Fax 202-307-9695, Email nancy.reese@usdoj.gov
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12, Subpart 12.603 Streamlined solicitation for Commercial Items, FAR Part 13, Simplified Acquisition Procedures and as supplemented with additional information included in this notice. Incorporated provisions and clauses are those in effect through FAR Circular 97-27. This Request for Quotation (RFQ), Number MS-02-MC001, is open to both small and large business concerns. The North American Industry Classification System (NAICS) code is 514191 and the small business size standard is $18 million. The United States Marshals Service (USMS), Finance Office, requires a 600 user license to permit government personnel access to an on-line travel scheduling system from October 1, 2001 through September 30, 2002.. This system must have the ability to pass information to a third party travel management contractor for reservations through the internet. The license and all of the following requirements shall be included in one firm-fixed price.=20 1. All airline schedules and flights worldwide to include GSA city pairs and fares in an unbiased manner. 2. Hotels with discounted government rates. 3. Detailed hotel information with amenities to include handicap facilities. 4. CONUS AND OUT CONUS per diem information. 5. Fire Safety Act approved hotels including FEMA numbers.=20 6. MTMC rental car rates and information. 7. Flight status to include wireless notification of flight delays and cancellations. 8. Flight availability.=20 9. Fly America Act identification. 10. Airport diagrams worldwide.=20 11. Interactive mapping with zooming functionality.=20 12. Air, hotel, and car rental toll-free, local and fax numbers.=20 13. Links to other government sites including access to DOD and GSA travel regulations, current weather and travel news, driving directions, international travel advisories, and FAA flight congestion data. 14. Rail information -- both U.S. and international (p) Frequent Flyer Program information. 15. Frequent Flyer Program information. 16. Weekly updates of data. 17. Ability to retrieve previously taken trips.=20 18. Ability to e-mail or fax trip plan to third-party travel provider (travel agency or commercial ticketing office) 19. Ability to export to third party Expense Management System. 20. Travel Arranger feature -- Travel Arranger/Planner that can create trips for multiple users. 21. On-line interactive tutorial. 22. On-site training, software maintenance, updates and technical assistance. Delivery is FOB destination to the United States Marshals Service, Finance Office, 600 Army Navy Drive, Arlington, VA 22202. It is the intent of the United States Marshals Service (USMS) to award a firm-fixed price purchase order to the offeror whose quotation conforms to the solicitation and presents the best value to the government. For these reasons, the government reserves the right to award to other than the offeror who submits the lowest price quote. Evaluation of quotes will comply with Federal Acquisition Regulation (FAR) Part 13 -- Simplified Acquisition Procedures, Subpart 13.106-2, Evaluation of Quotations or Offers. Quotes that do not meet the government's specifications, or take exception to government requirements, terms or conditions will not be considered.=20 The following provisions and clauses apply to this acquisition and are hereby incorporated by reference: FAR 52.212-1, Instructions to Offerors -- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications?Commercial Items; FAR 52.212-4 , Contract Terms and Conditions ? Commercial Items; FAR Clause 52.215-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items including the following clauses under Paragraph (b): (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity (E.O. 11246); (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (15) 52.222-37, Employment Reports on Disabled ); (21) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); (24) 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (31 U.S.C. 3332).** The full text for clauses and provisions are available at http://www.arnet.gov/far/. =20 NOTE: All offerors responding to this synopsis/solicitation shall include all information required by FAR 52.212-1, Instructions to Offerors -- Commercial Items, and complete and submit a copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items.=20 Quotes must be received no later than close of business September 21, 2001 and may be faxed to (202)307-9695 or mailed to U.S. Marshals Service, Attn: Nancy E. Reese, 600 Army Navy Drive (CS3, Room 1114) Arlington, VA 22202.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/DOJ/USMS/POVA/MS-02-MC001/listing.html)
Record
Loren Data Corp. 20010920/DSOL004.HTM (D-261 SN50X9J0)

D - Automatic Data Processing and Telecommunication Services Index  |  Issue Index |
Created on September 18, 2001 by Loren Data Corp. -- info@ld.com