Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,2000 PSA#2671

Department of Veterans Affairs Medical Center, Chief, Acquisition and Materiel Management (90C), One Veterans Drive, Minneapolis, MN 55417

V -- NATIONAL LEADERSHIP BOARD MEETING SPACE SOL RFP 618-24-01 DUE 092000 POC Janice M. Byrd 612-725-2188 This is a combined synopsis/solicitation. Request for Quotation #RFQ 618-24-01 entitled "National Leadership Board Meeting Space" is hereby issued for commercial items and is prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, Part 13, Simplified Acquisition Procedures, and as supplemented with additional information included in this notice. This procurement is being conducted under Federal Acquisition Regulation (FAR) Subpart 13.5 test program; simplified acquisition procedures apply and the VA will conduct the procurement according to a combination of Parts 12 and 13. This announcement incorporates provisions and clauses in effect through FAR FAC 97-19 and VAAR 97-8. NAICS Code 721110 applies for this procurement (formerly SIC code 7011) and the small business size standard is $5 million. This CBD announcement/solicitation constitutes the onlybid document that will be issued. A separate written solicitation document will not be issued. Contractor's proposals (cost and technical) are herein requested. A response to requirements listed below shall be submitted on contractor's letterhead or formal quotation form and must address all requirements listed in a separate technical proposal. Contractor's price and technical proposal must contain the name; title and signature of person authorized to submit proposals/bids on behalf of the contractor. Descriptive literature for facility must also be included in proposal/bid package. VISN 13 has identified a need for conference meeting space and lodging in the Minneapolis metro area for August 20-22, 2001. Facility must accommodate the following needs: Item One Block of Sleeping rooms for August 20 through August 22, 2001 at government rate (if possible) for 40 people (individuals will call in to reserve/guarantee room using Government Credit Card). Item Two Large conference room set up in U-shape with skirted tables to seat 40 people at the table, and approximately 10 chairs around the outside for extra participants. The meeting starts at 1:00 p.m. August 21 and concludes at 3:00 p.m. August 22. Item Three Registration Table set up outside the conference room with telephone with long distance capability. Item Four A smaller conference room with round tables for 15-20 people for an EES session 8:00 a.m. to 11:30 a.m. on August 21. Item Five One Executive Suite. Item Six Use of Business Center for copying and receiving/sending fax. Item Seven Audio requirements: (a) Live microphones with table stands (approximately 15) spaced every 3rd person around the table with sound system; (b) One wireless Lavaliere microphone for speakers to use; (c) An audio teleconference system for an open-mike, live across the country 1.5 hour conference call (time of call will be furnished one week prior to meeting to contractor anticipated date is August 22, 2000). VA will have one VANTS number to call to connect call. Facility must have long distance capabilities. A dedicated technician should be available during the call. The line should feed directly through the mixer and speakers to allow optimal communication with remote sites. The following audio visual equipment may be required: overhead projectors or PowerPoint for presentations, video-recorder and large screen with surround sound projected into room; sound system for paging and announcements; (notification will be given at least one week in advance by VA). Item Eight Six power strips for Laptop hookups. Item Nine Food: require morning and afternoon breaks (August 21-22). This will be a firm fixed price contract. Evaluation of proposals offered will include the following factors: FEMA approved; extra amenities offered; location; and past performance history (include three corporate or Government references with phone numbers); capability to meet the Government's requirement; and price. Award will be made to the offeror determined to be the "best value" to the Government. Evaluationmay be made with or without discussions with the offeror(s). All responsible sources that can meet the requirements and provide items as listed above may respond to this solicitation by submitting cost and technical proposals on their company letterhead or bid form. The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://www.arnet.gov/far (FAR) and http://www.va.govoa&mm/vaar/ (VAAR); 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items; 52.212-3 Offeror Representations and Certification-Commercial Items (NOTE Offerors must include a completed copy of "Offeror Representations and Certification" along with his/her offer); 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes on Executive Orders Commercial Items; FAR 52.216-18 Ordering; FAR 52.216-19 Order Limitations; FAR 52.216-21 Requirements; FAR 52.232-18 Availability of Funds; VAAR 852.270-4 Commercial Advertising; VAAR 852.219-70 Veteran-owned business; 852.219-70 Protest Content; 852.236-76 Correspondence; 852.237-70 Contractor Responsibilities; 852.270-1 Representatives of Contracting Officers; and 852.233-71 Alternate Protest Procedure. Proposals shall include all information required in 52.212-1, Schedule of Prices Offered, a copy of published price list for the services proposed, and a completed copy of provision 52-212-3. Submit all price, descriptive literature and technical proposals to Janice M. Byrd, Contracting Officer (90C), VA Medical Center, Room 4G-107, One Veterans Drive, Minneapolis, MN 55417. For further information, contact Janice M. Byrd at (612) 725-2188. Offeror's proposals are due by Noon on September 20, 2000. Faxed proposals will be accepted. Posted 08/22/00 (W-SN488913). (0235)

Loren Data Corp. http://www.ld.com (SYN# 0115 20000824\V-0002.SOL)

V - Transportation, Travel and Relocation Services Index  |  Issue Index |


Created on August 22, 2000 by Loren Data Corp. -- info@ld.com