Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 27, 2001 PSA #2839
SOLICITATIONS

V -- HOTEL LODGING -- VBA INVENTORY MANAGEMENT TRAINING

Notice Date
April 25, 2001
Contracting Office
Department of Veterans Affairs Medical Center, Chief, Acquisition and Materiel Management (90C), One Veterans Drive, Minneapolis, MN 55417
ZIP Code
55417
Solicitation Number
RFQ 335-137-01
Response Due
May 4, 2001
Point of Contact
Lee Leonard Wiech -- 612-725-2178
E-Mail Address
Click here to contact the contracting officer via (lee.wiech@med.va.gov)
Description
This is a combined synopsis/solicitation. Request for Quotation #RFQ-335-137-01 entitled "Hotel Lodging VBA Inventory Management Training" is hereby issued for commercial items prepared in accordance with the format in 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 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 97-24 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. The VA Region Office (VARO), Minneapolis, Minnesota, has identified a need for hotel lodging in the Minneapolis, MN area for two (2) VBA Inventory Management Training. A. Hotel must accommodate an estimated aggregate of 150 attendees and the Department of Veterans Affairs will guarantee 40 rooms per training session. Room quantities are estimated to be between 40 and 75 rooms per night beginning 6/04/01 with checkout on 6/7/01, and between 40 and 75 per night beginning 6/11/01 with checkout on 6/14/01. With the following requirements: (1) Individual/private sleeping rooms and toilet facilities required at government per diem rate for Hennepin County MN of $95.00/night., or Dakota County, MN -- $75.00/night. (2) Hotel is to be located no more than 10 miles from the St. Paul VA Regional Office (VARO), Bishop Henry Whipple Federal Building, One Federal Drive, Fort Snelling, MN 55111. (3) Accommodations should be within walking distance to restaurants or provide shuttle service to area restaurants. (4) Free shuttle services. (5) Accommodations should be located within walking distance to Mall of America or include shuttle to the Mall of America. (6) Accommodations must be FEMA approved. (7) Successful offer will include centralized billing to the Department of Veterans Affairs. (8) Individual rooms will have computer data connections. B. Hotel is to provide transportation to and from the St. Paul VARO, One Federal Drive, Ft. Snelling, MN, 55111 by 7:30 a.m. and return pickup approximately 5:00 p.m. (Entire group is to be transported at the same time.) On June 7th and 14th, transportation will be needed at 12 noon from the VARO to either the hotel or the airport dependent on the needs of the traveler. VA may request a site visit of those facilities submitting offers. This will be a firm fixed price contract. Evaluation of proposals offered will include the following factors: FEMA approved; extra amenities offered; location; past performance history (include three corporate or Government references with phone numbers); capability to meet the Government's requirement; and price. The technical evaluation factors listed above are approximately equal to price. Award will be made to the offeror determined to be the "best value" to the Government. The Government reserves the right to make multiple awards or a single award which ever is more advantageous 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 Lee Leonard Wiech, Contracting Officer (90C), VA Medical Center, Room 4G-107, One Veterans Drive, Minneapolis, MN 55417. For further information, contact Lee Leonard Wiech at (612) 725-2178. Offeror's proposals are due by Close of Business on May 4, 2001. Faxed proposals will be accepted.
Record
Loren Data Corp. 20010427/VSOL002.HTM (W-115 SN50K2U2)

V - Transportation, Travel and Relocation Services Index  |  Issue Index |
Created on April 25, 2001 by Loren Data Corp. -- info@ld.com