Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2006 FBO #1700
SOLICITATION NOTICE

X -- Rental Space for Educational Training.

Notice Date
7/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
532310 — General Rental Centers
 
Contracting Office
VA PUGET SOUND HEALTH CARE SYSTEM;1660 SOUTH COLUMBIAN WAY;SEATTLE, WA 98404;ATTN: FILIDA ENOCH (S138P&C)
 
ZIP Code
00000
 
Solicitation Number
VA-663-06RQ0021
 
Response Due
8/22/2006
 
Archive Date
10/21/2006
 
Small Business Set-Aside
N/A
 
Description
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 that will be issued. A quote is being requested and no other written solicitation will be issued. The VA Puget Sound Health Care System 1660 S. Columbian Way; Seattle, WA 98108 has a requirement for Classroom Rental Space to be used for Continuing Education Training, executive conferences, meetings and other educational related group activities many of which may be one or two day training sessions. The volume of classes will fluctuate depending on need. It is anticipated that approximately 48 classes per year will be held; one or more per month. This requirement does not include overnight accommodations. The rental facility must meet the following general requirements: (1) facility location between Seattle and Tacoma Washington VA campuses (2) thirty (30) minute driving distance to and from SeaTac Airport (3) handicapped accessibility (4) close proximity to restaurants and hotels (5) free onsite parking for approximately 80 cars to include handicapped parking (6) classroom seating capacity of approximately twenty four people. (7) Restroom suitable to accommodate multiple training classes at once (8) Business center equipped with fax, copier and receptionist. (9) Multiple classrooms - minimum of four classrooms to include one large capacity classroom to accommodate approximately sixty participants (10) table and chairs seated classroom style or at rounds of six for large classrooms (11) Onsite Audio-Visual Equipment (Overhead Projection, LDC Panel, Laptop computer, flip charts and supplies, overhead projector, screens, wireless equipment) available for use during training sessions. (12) Classroom hours of availability between 07:00am and 05:00pm daily. The contractor must accept and provide classroom reservation / bookings five days per week and offer flexibil ity with the Government in scheduling and planning events. The contractor shall provide onsite catering and serve refreshments for each event. Refreshments served should include coffee, tea, sodas, juice, bottled water, and cookies. The contractor may be required to provide refreshments mid-morning and mid-afternoon for each event. This solicitation is unrestricted. The NAICS code is 532310 with size standard of $6.5 million. The contract period will be for one base year from Oct 1, 2006 (or date of award) through September 30, 2007 with the option to renew for an additional (4) one-year terms. The Government anticipates award of a firm fixed price contract as a result of this solicitation to the responsible offeror whose offer conforming to the solicitation will provide the best value to the Government. The following technical factors will be considered during the evaluation process. Offers will be evaluated based on: (a) Past Performance: experience with large conferences. (b) Location: close proximity to restaurants, airport and between Tacoma and Seattle (c) Accommodations and services: access to fax, copiers, receptionist, class room size, flexible scheduling etc. (d) Price: to include price for special services, cancellation fee, supplies and equipment, business center use, and refreshments etc. All evaluation factors, when combined, are approximately equal to price. How to apply: Contractor shall provide a written price quote for each year (base year plus renewal option years) and descriptive literature addressing the evaluation factors above. Quote must be signed and dated on company letter head. All quotes shall include a unit cost per rental. Contractor shall complete a copy of 52.212-3, which can be found at http://orca.bpn.gov . Offers must be received no later than August 22, 2006 by 3:00pm. Submit offers to: VA Puget Sound Health Care System, 1660 S. Columbian Way, Building 18 Room 107, Seattle WA 98108 Attn: Filida Enoch (S138P&C). Quotations may be faxed to: (206) 764 -2565 or e-mailed to Filida.enoch@med.va.gov. No telephonic responses will be accepted. The following clauses and provisions in the Federal Acquisition Regulation are applicable to this solicitation and are incorporated by reference: 52.212-1 Instructions to Offerors- Commercial Items; 52.212.2 Evaluation Commercial Items; 52.212-3- Offeror Representations and Certifications -Commercial Items; 52.212-4- Contract Terms and Conditions-Commercial Items, 52.212-5 contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.2166-18 Ordering (a) any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals and activities designated by the VAPSHCS. Such orders may be issued from Oct 1, 2006 through September 30, 2007 (Subject to availability of funds for the next fiscal year). (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the schedule. 52.216-21 Requirements (Oct 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the schedule. The quantities of supplies or services specified in the schedule are estimates only and are not purchased by the contract. Except as the contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated" or "maximum" in the schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in t he order limitations clause or elsewhere in this contract, the contractor shall furnish to the Government all supplies or services specified in the schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the contractor all supplies or services specified in the schedule that are required to be purchased by the Government activity or activities specified in the solicitation. (d) The Government is not required to purchase from the contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the contractor within the time specified in the order. The contract shall govern the contractor's and governments rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the contractor shall not be required to make any deliveries under this contract after September 30, 2011. 52.217-9 Option to extend the term of the contract (July 2005); 52.222.21 Prohibition of Segregated Facilities (Feb 1999); 52.222.36 Affirmative Action for Workers with Disabilities (June 1998); 52.225-13 Restrictions on Certain foreign Purchases (Dec 2003); 52.232-18 - Availability of Funds (April 1984); Availability of funds for the next fiscal year (April 1984); VAAR 852.270-4 Commercial Advertising (Nov 1984); VAAR 852.271-70 Nondiscrimination in services provided to be neficiaries (Apr 1984); 52.225-1 Buy American Act (June 2003); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35- Equal Opportunity for special Veterans (Dec 2001); 52.232-34 Payment by Electronic Funds Transfer- Central Contractor Registration, Required Central Contractor Registration. The full text of these clauses may be accessed electronically at www.arnet.gov/far. To be eligible to receive an award resulting from this solicitation, the contractor must be registered in the Central Contractor Registration (CCR) database, no exceptions. To register http://www.ccr.gov
 
Record
SN01094939-W 20060723/060721220735 (fbodaily.com)
 
Source
FedBizOpps 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.