Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2003 FBO #0736
MODIFICATION

W -- X-rental of facilities

Notice Date
12/1/2003
 
Notice Type
Modification
 
Contracting Office
Corporation for National and Community Service, Procurement, Atlantic Service Center, 801 Arch Street, Suite 103, Philadelphia, PA, 19107
 
ZIP Code
19107
 
Solicitation Number
04-AT-0210
 
Response Due
12/18/2003
 
Archive Date
1/2/2004
 
Point of Contact
Sue Maragrite, Grants Management Specialist, Phone (215) 597-6983, Fax (215) 597-4933, - Olivia Riley, Grants Management Specialist, Phone (215) 597-3588, Fax (215) 597-4933,
 
E-Mail Address
smargarit@cns.gov, oriley@cns.gov
 
Description
The Corporation for National and Community Service, a wholly owned Government Corporation, intends to award a contract to a qualified vendor who can provide lodging, conference space, and meals for AmeriCorps*VISTA Early Service Training. This event will take place in the greater Philadelphia PA or Wilmington, DE area, February 10-13 2004. Facility must be located within a 25-mile radius of downtown Philadelphia, PA or downtown Wilmington, DE area. The facility must comply with the American with Disabilities Act, should be on the Hotel-Motel national Master List of FEMA/United States Fire Administration. The bid must include the bidders DUNN (Dun and Bradstreet) number and proof they are registered in the Business Partner Network?s Central Contractor Registration (CCR) system. You can register in the CCR at the following web site: http://www.bpn.gov. FAILURE TO PROVIDE THIS INFORMATION WILL AUTOMATICALLY DISQUALIFY YOU. The requirements for this event are as follows: Registration: Six (6) large covered tables set up in the assigned registration area or outside the main meeting room beginning at 11:00 am February 10th and remaining until the conference conclusion. A message board should be set up and left in the registration area throughout the conference. Sleeping rooms: One hundred (100) doubles February 10-12, 2004 (three nights). Meeting space: January 28-30, 2004 (8:00am-6:00pm)- One (1) general session room with round tables of six for two hundred (200) attendees and six (6) breakout rooms (8:00am-6:00pm) each holding thirty (30) attendees each. Meals: Dinner for two hundred (200) attendees from 6:00pm-7:30pm on February 10, 2004. Full breakfast, lunch and dinner for two hundred (200) attendees on February 11-12, 2004-times will be assigned. Full breakfast and lunch for two hundred (200) attendees on February 13, 2004-times will be assigned. Refreshments: To be served each morning and afternoon of the conference. Morning breaks may consist of refreshing coffee and tea-February 11-13, 2004; afternoon breaks should include cold drinks and light snacks-February 11-12, 2004. Menus must be included in your proposal. Equipment: One (1) flipchart stand and flipchart in registration area-February 10-13, 2004. One (1) projector screen and overhead projector, one (1) sound mixer, one (1) lavaliere microphone, in general session room and one (1) flipchart with a flipchart stand February 11-13, 2004-8:00am-6:00pm. One (1) table for facilitator?s supplies, one (1) projector screen, one (1) flip chart and one flipchart stand and one (1) overhead projector in each of the six (6) breakout rooms-February 11-13, 2004-8:00am-6:00pm. Rental expenses for A/V equipment must be included in your proposal. Transportation: Shuttle service available to and from all area airports and or train stations on February 10th and 13th, 2004. Miscellaneous: In submitting a bid, please include inclusive pricing. Only sleeping room rental, meeting room rental, and scheduled meeting costs for these guests should be included in this solicitation. Incidentals: The guests will pay personal expenses (telephone calls, room service, etc.) themselves. Special requirements: Meeting rooms and at least 25% of sleeping rooms must be accessible to physically challenged individuals. At least 25 % of the attendees at meals will be vegetarians or vegans and 1% Kosher. Responses to this RFQ are due at the above office by COB December 18, 2003. This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The NAICS Code for this requirement is 721110 and the small business size standard is $5M. The provisions at 52.212-1, Instructions to Offerors-Commercial, applies to this Acquisition. Offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer. This is a best value procurement and evaluations of offers will be based on quality, past performance and price. The clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. The following clauses listed in 52.212-5(b) and (c) are included by reference: 52.222-21; 52.222-22; 52.222-23; 52-222-41; 52-225-3; and 52.232-34. Proposals must be submitted in writing, signed by a person authorized to negotiate on behalf of the proposer with the Government and sent to the address in this announcement 52.204-6 Data Universal Numbering System (DUNS Number) 52.204-7 Central Contractor Registration (new) 52.213-4 Terms and Conditions - Simplified Acquisitions (Other than Commercial Items) 52.232-33 Payment by Electronic Funds Transfer - Central Cointractor Registration when prospective contractors are required to be in CCR. Due to delays in delivery of regular USPS mail to government offices, there is no guarantee that your quotation will arrive in time to be considered. Therefore, we suggest that you use USPS Priority mail services or a commercial overnight delivery service. Any proposals received after the due date will not be considered. Bids should be submitted to Danielle Neveaux, Training Specialist, Corporation for National Service, 1201 New York Avenue, N. W. Washington, D. C. 20525 (202) 606-5000 Ext 581 (voice); (202) 565-2789 (fax) Not later than: December 18, 2003. Only facilities within a 25-mile radius of downtown Philadelphia, PA or downtown Wilmington, DE area need apply. Contract award is subject to availability of funds
 
Place of Performance
Address: 25 mile radius of downtown Philadelphia or downtown Wilmington
 
Record
SN00478871-W 20031203/031202074646 (fbodaily.com)
 
Source
FedBizOpps.gov 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.