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 -- CONFERENCE MEETING SPACE -- ELC SOL RFP 618-23-01 DUE 091200 POC Janice M. Byrd 612-725-2188 This is a combined synopsis/solicitation. Request for Quotation #RFQ 618-23-01 entitled "Conference Meeting Space -- ELC" 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 only bid 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 north central Minnesota area for April 23-26, 2001. Facility must accommodate the following needs: Item One Monday, April 23, 2001 (may include evening meal) through noon Thursday April 26, 2001(includes lunch) -- estimated up to 130 people per night-hotel room or for resort/cabin estimated double occupancy-60 bedrooms and single occupancy-10 bedrooms. Meeting Rooms One Large conference room (classroom style) to hold up to 130 people for four days; Eight additional breakout rooms for groups ranging from six to twenty-four people; audio visual equipment to include overhead projectors, video-recorder and large screen with surround sound projected into room; sound system for paging and announcements; flip charts with stands for breakout rooms; facsimile available for VA use at facility. Item Two Provide coffee/soda for breaks AM and PM. No snacks. 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. Evaluation may 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 8, 2000. Faxed proposals will be accepted. Posted 08/22/00 (W-SN488909). (0235)

Loren Data Corp. http://www.ld.com (SYN# 0116 20000824\V-0003.SOL)

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


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