Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 28,1996 PSA#1626

Fleet and Industrial Supply Center Norfolk, Washington Detachment, 901 M St., SE, Bldg. 200, Washington Navy Yard, Washington, DC

V -- LODGING FOR NAVAL HOSPITAL STUDENTS SOL N00600-96-R-3027 POC For additional information contact Darien DiCamillo, Code 201.1X at 433-2051. (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the Format in FAR Subpart 12.6, 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 N00600-96-R-3027 is issued as a request for proposal (RFP). (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 37. (IV) A list of contract line item number(s) and items, quantities and units of measure (including option(s), if applicable) are: Lot 1, Base Year from 01 OCT 96 through 30 SEPT 97 - CLIN 0001, 31 ROOMS (RMS) 10/14/96-11/8/96; CLIN 0002, 28 RMS FOR 10/20/96-10/25/96; CLIN 0003, CONFERENCE FACILITIES FOR CLIN 0002; CLIN 0004, 22 RMS FOR 10/20/96-11/1/96; CLIN 0005, 33 RMS FOR 10/20/96-11/1/96; CLIN 0006, CONFERENCE FACILITIES FOR CLIN 0005; CLIN 0007, 30 RMS FOR 10/27/96-11/7/96; CLIN 0008, 28 RMS FOR 11/17/96-11/22/96; CLIN 0009, CONFERENCE FACILITIES FOR CLIN 0008; CLIN 0010, 30 RMS FOR 12/1/96-12/13/96; CLIN 0011, 33 RMS FOR 12/2/96-12/13/96; CLIN 0012, CONFERENCE FACILITIES FOR CLIN 0011; CLIN 13, 16 RMS FOR 1/5/97-3/28/97; CLIN 0014, 28 RMS FOR 1/12/97-1/17/97; CLIN 0015, CONFERENCE FACILITIES FOR CLIN 0014; CLIN 0016, 22 RMS FOR 1/26/97-2/7/97; CLIN 0017, 30 SINGLE ROOMS FOR 1/26/97-2/7/97; CLIN 0018, 33 SINGLE ROOMS FOR 1/26/97-2/7/97; CLIN 0019, CONFERENCE FACILITIES FOR CLIN 0018; CLIN 0020, 28 RMS FOR 2/2/97-2/7/97; CLIN 0021, CONFERENCE FACILITIES FOR CLIN 0020; CLIN 0022, 30 RMS FOR 2/23/97-3/7/97; CLIN 0023, 30 RMS FOR 2/16/97-2/28/97; CLIN 0024, 28 RMS FOR 3/9/97-3/14/97; CLIN 0025, CONFERENCE FACILITIES FOR CLIN 0024; CLIN 0026, 33 RMS FOR 3/9/97-3/21/97; CLIN 0027, CONFERENCE FACILITIES FOR CLIN 0026; CLIN 0028, 30 RMS FOR 3/9/97-3/21/97; CLIN 0029, 18 RMS FOR 3/30/97-4/25/97; CLIN 0030, 28 RMS FOR 4/6/97-4/11/97; CLIN 0031, CONFERENCE FACILITIES FOR CLIN 0030; CLIN 0032, 22 RMS FOR 4/6/97-4/18/97; CLIN 0033, 30 RMS FOR 4/6/97-4/18./97; CLIN 0034, 30 RMS FOR 4/20/97-5/2/97; CLIN 0035, 33 RMS FOR 4/27/97-5/9/97; CLIN 0036, CONFERENCE FACILITIES FOR CLIN 0035; CLIN 0037, 16 RMS FOR 5/4/97-7/25/97; CLIN 0038, 28 RMS FOR 5/11/97-5/16/97; CLIN 0039, CONFERENCE FACILITIES FOR CLIN 0038; CLIN 0040, 30 RMS FOR 5/11/97-5/23/97; CLIN 0041, 30 RMS FOR 5/18/97-5/30/97; CLIN 0042, 30 RMS FOR 6/1/97-6/13/97; CLIN 0043, 28 RMS FOR 6/8/97-6/13/97; CLIN 0044, CONFERENCE FACILITIES FRO CLIN 0043; CLIN 0045, 22 RMS FOR 6/8/97-6/20/97; CLIN 0046, 33 RMS FOR 6/8/97-6/20/97; CLIN 0047, CONFERENCE FACILITIES FOR CLIN 0046; CLIN 0048, 30 RMS FOR 6/15/97-6/27/97; CLIN 0049, 30 RMS FOR 7/6/97-7/18/97; CLIN 0050, 25 RMS FOR 7/6/97-8/1/97; CLIN 0051, 28 RMS FOR 7/13/97-7/18/97; CLIN 0052, CONFERENCE FACILITIES FOR CLIN 0051; CLIN 0053, 18 RMS FOR 7/13/97-8/8/97; CLIN 0054, 30 RMS FOR 7/20/97-8/1/97; CLIN 0055, 33 RMS FOR 7/27/97-8/8/97; CLIN 0056, CONFERENCE FACILITIES FOR CLIN 0055; CLIN 0057, 30 RMS FOR 8/3/97-8/15/97; CLIN 0058, 28 RMS FOR 8/10/97-8/15/97; CLIN 0059, CONFERENCE FACILITIES FOR CLIN 0058; CLIN 0060, 22 RMS FOR 8/10/97-8/22/97; CLIN 0061, 30 RMS FOR 8/17/97-8/29/97; CLIN 0062, 33 RMS FOR 9/7/97-9/19/97; CLIN 0063, CONFERENCE FACILITIES FOR CLIN 0062; CLIN 0064, 28 RMS FOR 9/14/97-9/19/97; CLIN 0065, CONFERENCE FACILITIES FOR CLIN 0064; CLIN 0066, 30 RMS FOR 9/14/97-9/26/97. CLINs 0001-0066 Will be repeated in each option year, price accordingly for option years. (Total CLINs = 330 (Base Year 66 + 4 Option Years)) (66 CLINs per option year) Lot II Option I, 10/1/97-9/30/98. Lot III Option II, 10/1/98-9/30/99. Lot IV Option III, 10/1/99-9/30/00. Lot V Option IV, 10/1/00-9/30/01. Fund are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability may arise until funds are made available to the contracting officer for this contract and until the contractor receives notice of such availability, to be confirmed in writing by the contracting officer. (V) 1. The contractor shall provide single occupancy rooms with two (2) double beds or one (1) king size bed, study area with desk, chairs, desktops lamps and a refrigerator. Lighting shall be adequate for reading. All furniture shall be in good condition and be no older than three years of age. Beds shall have no exposed springs or defective springs causing discomfort to the individual. Carpeting shall not be soiled and have no bare worn spots or frayed edges. All bath, shower and sink fixtures shall not show evidence of rust or mildew including the shower curtain. 2. The contractor shall provide a means for warming food; microwave, stove or direct access to one within the building. A variety of snack and soft drink vending machines shall be made available. 3. The contractor shall be able to provide sufficient and uninterrupted supply of hot water to each room 24 hours a day not less than 110 degrees Faharenheit. 4. The contractor shall provide rooms with controls to individually adjustable heat/ac in each room. 5. Daily maid/linen service shall be available. 6. The contractor shall provide cable or satellite tv, alarm clocks, iron with standard size ironing boards in the rooms. 7. The contractor shall provide for full private bathroom with tub, shower, sink and toilet in each room. 8. Rooms assigned shall not be located near noisy, heavy traffic areas such as a bar, dance floor, or lounge. 9. Room telephone shall have free local, calling card, and 800 access. The telephone shall have standard rj-11 adapter to allow computer/modem hookup. 10. The lodging facility shall be located within (20) minute surface commute of the Naval Medical Center, Bethesda during normal rush hours Monday through Friday. Also, the lodging facility shall be located within a (15) minute walk of a metro rail station. 11. The facility shall be located within walking distance (10 minutes) to five full service restaurants/establishments. Two of these may be of the fast-food variety. 12. The contractor shall provide a 24 hour a day staffed information/lobby desk where individuals must enter via the lobby to gain access to the facility. 13. The contractor/facilities shall meet minimum state and local standards for hotels. 14. Variation in quantity: Individuals traveling from oversseas shall be allowed to check in one day early and check out one day late upon notification of NSHS, Bethesda. 15. Room doors shall open to internal hallways accessible via the front lobby only (except emergency exit doors). 16. Self service laundry shall be located on the premises. 17. Regular business office accommodations shall be available with facsimile machine at current market rates on the contractor premises. 18. The contractor agrees that the quantity of room nights required for any line item may vary at the government's discretion plus or minus ten (10) percent provided that the government gives the contractor notice (5) five days prior to the start of the line item period. 19. The contractor further agrees that when the government cancels a line item on the contract and the government wished that the contractor not provide rooms for the line item, and the government gives the contractor notice of the cancellation (10) ten days or more before the start of the line item period, then there shall be no charge to the government for the cancellation of the line item. When the government cancels a line item on the contract and it wished that the contractor not provide room nights for the line item, and the government does not give the contractor (10) ten days notice, then the government may elect to have the line item terminated in accordance with the termination for convenience clause (FAR 52.249-4). 20. Conference room with the following specs must be made available to NSHS guests Monday through Friday for the CLINs specified: A. Minimum room size of 1500 square feet. Length or width must not be less than 30 feet. Room to be dedicated to course Monday through Friday and ability to lock at night. B. No visual obstructions. C. Ceiling height minimum of ten feet. D. Minimum 15 rectangle conference tables, size of each table not less than 72 inches by 26 inches. Tables to be covered by table cloths. E. Room set-up per floor plan with tables arranged as specified. Floor plan to be provided not less than one week prior to class start dates. F. Chairs required are 42; executive padded conferences style with padded arm rests. G. Podium-full size with light and microphone (wireless/clip-on). H. Six easel boards with easel paper and markers. I. Two 48 inch color televisions with one vcr (four head) connected in tandem to both. J. Overhead projector and screen. K. One 48 inch by 48 inch square table in front of room for placement next to projector. L. Adjustable lighting in room. Individual room adjustable heat and air conditioning. M. Electrical capability to support audio-visual needs without creating safety/trip hazards. N. Five (5) breakout rooms located adjacent to/near conference room on the same floor. O. One (1) executive/instructor ''Ready Room'' 10 feet by 10 feet in close proximity to conference room. Phone access in room to include free local, calling card, and 800 phone access. Minimum of one table 76 inches by 36 inches with three chairs. Lighting adequate to office environment. P. Access hotel copier and business office apparatus if necessary for instructor use. Q. Sufficient to class size complimentary coffee service shall be available Monday through Friday 0700-1600. (VI) The services to be furnished under this contract shall be provided at the contractor's facility. (VII) FAR 52.212-1, Instructions to Offers-Commercial Items, is incorporated by reference and applies to this acquisistion. (VIII) FAR 52.212-2, Evaluation - Commercial Items, is incorporated by reference and applies to this acquisition. Paragraph (a) of FAR 52-212-2 carries the following ADDENDUM. 52.212-2, Para. (a) The following factors shall be used to evaluated offers: Technical capability is approximately equal to price. Tech capability consists of meeting specifications in the statement of work. (IX) Offerors shall include a completed copy of the provision at DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Items, and FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its written proposal. See the following synopsis for part two of this synopsis. (0178)

Loren Data Corp. http://www.ld.com (SYN# 0113 19960627\V-0001.SOL)


V - Transportation, Travel and Relocation Services Index Page