Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2005 FBO #1208
MODIFICATION

X -- Computer Classroom Facility Rental

Notice Date
3/16/2005
 
Notice Type
Modification
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
Department of the Treasury, Bureau of the Public Debt (BPD), Division of Procurement, UNB 4th Floor 200 Third Street, Parkersburg, WV, 26101-5312
 
ZIP Code
26101-5312
 
Solicitation Number
BPD-05-CI-0051
 
Response Due
3/24/2005
 
Archive Date
3/17/2006
 
Point of Contact
Sandy Elder, Contract Specialist, Phone (304) 480-7125, Fax (304) 480-7203, - Mike Cundiff, Contracting Officer, Phone (304) 480-7130, Fax (304) 480-7203,
 
E-Mail Address
Sandra.Elder@bpd.treas.gov, procurement@bpd.treas.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation number BPD-05-CI-0051 is being issued as a request for a proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27. The North American Classification System Code (NAICS) is 531120 and the small business size standard is $6 million. This acquisition is unrestricted. The contract will have a base period and four one-year option periods. The Department of the Treasury, Bureau of the Public Debt, Administrative Resource Center (ARC) has a requirement for multiple computer classroom facilities that can accommodate 10 – 30 students. The facilities shall be within 12 blocks of the White House and be within walking distance of several hotels. The facilities shall accommodate local and internet-based training and shall have T1 lines with an average speed for each of the following items: communications - 1.4 megabits per second; storage – 166.6 kilobytes per second, and 1MB file download - 6.1 seconds; and shall have back-up connectivity. The Contractor’s facility shall have the ability to configure a classroom of personal computers (PCs) and each shall have the following: 1.Gb memory, 2.4 GHz processor, 40 Gb hard drive, Windows XP Operating System, and Microsoft Office software. The Contractor shall furnish on-site technicians to provide two hours of assistance to instructors for set-up prior to class time and during the class. The classroom facilities shall have overhead projectors, ergonomic seating, conveniently located restrooms, access for students and instructors to use phones and PCs to check e-mail, complimentary refreshments, signs to direct attendees to appropriate training room(s), flipcharts, whiteboards, and physical security such as showing proper identification prior to admittance to the classroom(s). In addition, the offeror’s facility must be compliant with the requirements of the Americans with Disabilities Act (Public Law 101-336) (42 U.S.C 12101 et. seq.). The Government reserves the right to conduct an on-site inspection and testing of Internet connectivity of the offered facilities. The required dates for the first of the scheduled classes are: May 24 – 26, 2005, for 30 people; June 8, 2005, for 30 people; June 20 – 24, 2005, for 30 people; and June 27 – July 1, 2005, for 30 people. The Government will reserve subsequent dates for classroom facilities approximately eight weeks in advance of scheduled classes. Offerors shall comply with the provision 52.212-1, Instructions to Offerors – Commercial Items, and submit a clear description of the space and services to be provided in order to evaluate compliance with the requirements herein. Offerors shall submit firm-fixed pricing for the above classroom requirements on an all-inclusive basis for the following rates: daily, weekly, and monthly. In addition to the price proposal, the offeror shall include a technical proposal indicating that it can meet all classroom requirements. Offers shall be evaluated in accordance with FAR 52.212-2 – Evaluation--Commercial Items (Jan 1999), which is incorporated by reference into this solicitation, with addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: (1) technical capability of the facility offered to meet the Government requirements as stated in this synopsis (2) price. The Government will make award to the responsible offeror whose offer conforms to the requirements herein and represents the greatest value to the Government. Technical capability and price are of equal importance. The Government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offers. The following clauses apply to this acquisition and are hereby incorporated by reference or full text, and are to remain in full force and effect in any resultant contract: full text clauses and provisions are available at: http://arnet.gov/far. FAR 52.212-4, Contract Terms and Conditions – Commercial Items with the following Addendum: 52.217-8, Option to Extend Services and 52.217-9, Option to Extend the Term of the Contract; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items including the following FAR clauses identified in paragraphs (b) and (c): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, Alternate I; 52.222-3, Convict Labor; 52.222-19, Child Labor – Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases, and 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration. Offers must be received by 2:00 P.M. Eastern Standard Time on Thursday, March 24, 2005. Proposals may be submitted electronically to Sandra Elder, Contract Specialist at Sandra.Elder@bpd.treas.gov. The offeror assumes full responsibility for ensuring electronic proposals are formatted in accordance with BPD Security Requirements. The following file extensions are not allowable and application materials/data submitted with these extensions cannot be considered: bat, cmd, com, exe, pif, rar, scr, vbs, hta, cpl, and zip files. Microsoft Office compatible documents are acceptable. If the Offeror determines other formats are necessary, it is the Offeror’s responsibility to verify with BPD that formats are acceptable. Proposal materials with unacceptable or unreadable formats may be found non-responsive. When proposals are hand-carried or sent by courier service, the address for offers is the Bureau of the Public Debt, Administrative Resource Center, Division of Procurement; United Bank Building; 4th Floor; 501 Avery Street; Parkersburg, WV 26101. For offers sent via US Mail, FedEx, or similar methods, the address is: Bureau of the Public Debt, Division of Procurement; UNB 4th Floor; 200 Third Street; Parkersburg, WV 26101. Interested offerors may register at http://www.fedbizopps.gov to receive notification when any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list. Therefore, we recommend that you monitor the FedBizOpps site for all information relevant to desired acquisitions. If the Internet option is not available to you, you may receive a hard copy of the solicitation and any amendments (via U.S. Mail) by faxing your request to (304) 480-7203 or e-mailing your request to Sandra.Elder@bpd.treas.gov. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/TREAS/BPD/DP/BPD-05-CI-0051/listing.html)
 
Place of Performance
Address: Washington, DC
Country: USA
 
Record
SN00770444-F 20050318/050316214725 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.