Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2004 FBO #0893
SOLICITATION NOTICE

X -- Lease or rental facilities (Hotel)

Notice Date
5/5/2004
 
Notice Type
Solicitation Notice
 
NAICS
532299 — All Other Consumer Goods Rental
 
Contracting Office
Corporation for National and Community Service, Procurement, Southwest Service Center, 1999 Bryan Street, Suite 2050, Dallas, TX, 75201
 
ZIP Code
75201
 
Solicitation Number
SWSC-28-04
 
Response Due
5/14/2004
 
Archive Date
5/29/2004
 
Point of Contact
Bettye Hammond, Grant Management Officer, Phone (214) 880-7069, Fax (214) 880-7074, - Bettye Hammond, Grant Management Officer, Phone (214) 880-7069, Fax (214) 880-7074,
 
E-Mail Address
Bhammond@cns.gov, Bhammond@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 Tribal Supervisor training for 6 days June 13-18, 2004, and Supervisor Training for 4 days June 15-18, 2004. This training will take place in Albuquerque, NM. Registration: Two (2) six-foot skirted tables set up in the assigned registration area outside the main meeting room beginning at noon on June 13 and remaining until conference conclusion. Lodging: June 13 and 14 - ten (10) singles; for June 15-17, ninety-five (95) singles. On June 18 we may require four (4) additional single sleeping rooms for late departures. Meeting space: Tribal Training: June 14-15, one (1) general session room with 6 rounds of eight (8) and six-foot table for trainer, and one breakout room with four (4) rounds of eight and six-foot table for trainer. Supervisor Training: June 16-18, one (1) general session set in twelve (12) rounds of eight (8). Break out Rooms: June 16-18, six (6) break out rooms each with four (4) rounds of eight (8) for participants and six-foot table for trainer. Meals: June 14 meals for 15 with full hot buffet breakfast, AM break, buffet lunch, PM break and buffet dinner. June 15 meals for 15 with full hot buffet breakfast, AM break, buffet lunch, PM break. Buffet dinner for 95. June 16-17, meals for 95 participants same as June 14. June 18 meals for 95 with full buffet breakfast, AM break, boxed lunch. Refreshments: To be served each morning and afternoon of the training. Breaks should consist of coffee, tea, cold drinks, mix of whole or cut fruit and other light snacks. Audiovisual Equipment: Tribal training: TV, VCR and cart, overhead projector, screen, flip chart/markers from June 14-15 in general session room. Breakout room: overhead projector, regular screen, and one easel with pad. General Session: June 16-18, one projector screen (10' x 10"), one overhead projector, one easel with pad, two (2) hand held wireless microphones, TV, VCR and cart. Breakout rooms: June 16-18, overhead projector, regular screen, and one easel with pad. Rental expenses for A/V equipment must be included in your proposal. Transportation: Vendor must provide shuttle service to and from area airports, including transportation for participants with special needs, on June 13 from Airport, June 15 from airport and June 18 to airport. Sufficient transportation must be provided so guest wait times to/from airport do not exceed 30 minutes. (Arrival/departure times will be provided.) Past experience shows access needed to at least one van that has wheelchair lift capability. Miscellaneous: In submitting a bid for these services, please quote a price/guest/day. 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. All proposed prices must be inclusive. For example: audio-visual rentals and the cost of food must include gratuity, if applicable. Each bid proposal must include the following information to be considered: 1) Per night sleeping room rate; 2) Costs for per person 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) Menus must be included. At least 25 % of the attendees at meals will be vegetarians or vegans; 4) Charges for meeting space and audio visual equipment; 5) Description of the shuttle service available and any costs associated with shuttle transportation and parking; 6) Reduced costs for staff requiring lodging on-site based upon number of overnight guests; 7) Meeting rooms and at least 15% 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; 9) Provide floor plan of meeting spaces planning to use; 10) Need separate rooms for general session and meals; 11) Federal regulations require that any hotel/conference space contracted shall comply with the American Disabilities Act (ADA) requirements and the FEMA, Fire Prevention and Control guidelines. The bid must include the bidders DUNS (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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is SWSC-28-04 and is issued as a request for a quotation (RFQ). This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-23. 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 evaluation of offers will be based on quality, past performance and price. References must be included with your offer. 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. New/revised clauses: 52.204-6 Data Universal Number System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors - Commercial Items; 52.213-4 Terms and Conditions - Simplified Acquisitions; 52.232-33 Payment by Electronic Funds Transfer. Proposals can be submitted by email from the person authorized to negotiate on behalf of the prosperer with the Government and sent to bhammond@cns.gov. If not submitted by email, proposal should be 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. Bids should be submitted to Bettye Hammond, Contracting Officer, Corporation for National and Community Service, 1999 Bryan Street, Room 2050, Dallas, TX 75201, not later than May 14, 2004.
 
Place of Performance
Address: 1999 Bryan Street,, Suite 2050, Dallas, TX
Zip Code: 75201
 
Record
SN00580103-W 20040507/040505211536 (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.