Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2004 FBO #0830
MODIFICATION

X -- Pre Service Orientation AmeriCorps VISTA

Notice Date
3/2/2004
 
Notice Type
Modification
 
NAICS
532299 — All Other Consumer Goods Rental
 
Contracting Office
Corporation for National and Community Service, Procurement, Southern Service Center, 60 Forsyth Street, SW, Suite 3M40, Atlanta, GA, 30303-3104
 
ZIP Code
30303-3104
 
Solicitation Number
PSOVAAPR04
 
Response Due
3/12/2004
 
Archive Date
3/27/2004
 
Point of Contact
Kaleema McLean, Grants Management Specialist, Phone 404-562-4068, Fax 404-562-4066,
 
E-Mail Address
kmclean@cns.gov
 
Description
The Corporation for National and Community Service, a wholly-owned Federal Government Corporation, intends to award a contract to a qualified vendor who can provide lodging, meals, and meeting space for 200 participants at the AmeriCorps*VISTA Pre-Service Orientation (PSO) and Supervisor?s Training in Virginia Beach, Va. The training will be held April 26-29, 2004. AmeriCorps VISTA is a federal program that places members in low-income communities to mobilize resources and increase the capacity of those communities to solve their own problems. The participants will check in on Monday April 26th and check out on Thursday April 29th, 2004. Sleeping accommodations for Apr. 26th ? 28th must include: 80 double occupancy and 40 single occupancy rooms. The guests will pay their own personal expenses i.e. telephone calls, room service, etc. For participants arriving before check-in, an area should be designated for luggage storage. The facility should be able to accommodate up to 200 people for buffet meals Apr. 26th -29th. The chosen vendor must provide up to 10% vegetarian and vegan meals. The catering needs are as follows: PM Break and sit-down dinner on Monday (Apr. 26). Breakfast, lunch and dinner with mid-morning and afternoon breaks on Tuesday (Apr. 27) & Wednesday (Apr. 28). Breakfast, mid-morning break and buffet lunch on Thursday (Apr. 29). Based on the catering needs, proposals should include a per person cost per meal and a sample menu. Additionally, the facility should be able to hold up to 200 people (8 chairs in rounds) for General Sessions and have at least 7 breakout rooms. All rooms (General Session and Breakouts) should be set with, 3 flipchart packages, water service, and should be available from 8:00 a.m. to 9:00 p.m. Additional meeting room requirements are as follows: Registration area (Apr. 26-29th) with (4) six-foot skirted tables and chairs, two easels with pad and 1 trashcan. General Session Rooms (Apr. 26-29th) should be set in rounds for up to 200 people; audio visual needs include a large projection screen (10 x 10), a two-shelf audio-visual cart, a podium, hand held wireless microphone, a VCR, cart, an overhead projector with screen. The Breakout Rooms (Apr. 26-29th) should include: (7) breakout rooms set (8 chairs in rounds) to accommodate up to 32 people each with overhead projector, 6x6 screen, and 3 easels each. All meeting space and breakout rooms should be free of obstructions or visual impairments. The site selected should provide transportation to/from airport and hotel, including transportation for participants with special needs. All proposals received must include an explanation of shuttle transportation available to indicate additional cost, if any. Proposals must also include cost for parking and special needs transportation, if any. All proposed prices (including audio-visual) must be inclusive. Each bid proposal must include the following information to be considered: 1) per night sleeping room rate for single and double occupancy; 2) Costs for per person for meal charges. If bid is made on a per person cost inclusive of all costs, a single night cost must be provided for guests staying for less than full event and food costs for participants not staying at hotel; 3) Charges for meeting space and audio-visual equipment; 4) a description of the shuttle service available and any costs associated with shuttle transportation and parking. 5) reduced costs for staff requiring lodging on-site, based upon number of overnight guests; 7) meeting rooms and at least 10% of sleeping rooms must be accessible to physically challenged individuals; 8) Vendor must provide on-site representation each day of the event for coordination, problem solving and decision making. The facility must comply with the American Disabilities Act and should be on the Hotel-Motel National Master List of FEMA/United States Fire Administration. The solicitation number is PSOVAAPR04 and is issued as a request for quotation (RFQ). 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. Offerer must include a completed copy of the provision at 52.212-3. Offerer Representations and Certifications-Commercial Items with this offer. This is a best value procurement and evaluation 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 Statues 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 prosperer with the Government and sent to the address in this announcement. Bids should be submitted to the Contract Specialist no later than COB March 12, 2004. Any proposals received after the due date will not be considered. Only facilities within Virginia Beach, Va. metropolitan area need apply. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (02-MAR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 03-MAR-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: Va Beach, VA
Zip Code: 23451
Country: USA
 
Record
SN00535417-W 20040305/040303221537 (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.