Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2006 FBO #1516
MODIFICATION

X -- CNCS intends to award a contract to a qualified vendor who can provide lodging, meals, and meeting space.

Notice Date
1/18/2006
 
Notice Type
Modification
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
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
MSCDTFEB2006
 
Response Due
1/27/2006
 
Archive Date
2/11/2006
 
Point of Contact
Kaleema McLean, Grants Management Specialist, Phone 404-562-4068, Fax 404-562-4066, - Kaleema McLean, Grants Management Specialist, Phone 404-562-4068, Fax 404-562-4066,
 
E-Mail Address
kmclean@cns.gov, 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 70 participants at the AmeriCorps*VISTA Continued Development Training in Tupelo, MS. The training will be held February 12-16, 2006 in the Tupelo, MS area. Proposals should be submitted no later than COB January 27, 2006. The solicitation number is MSCDTFEB2006. 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. This group of VISTA members are serving in projects addressing hurricane Katrina disaster relief. The participants will check in on Sunday, February 12, 2006, and check out on Thursday, February 16, 2006. For participants arriving before check-in, an area should be designated for luggage storage. Sleeping accommodations for February 12-16th must include: Single Occupancy Sleeping Rooms 10 rooms on February 12 to 15, 2006; Double Occupancy Sleeping Rooms 30 rooms on February 12 to 15, 2006; The site selected must also include cost for parking and special needs transportation, if any. The facility should be able to accommodate up to 70 people for meals on February 13 to 15, 2006. The chosen vendor must be prepared to provide up to 25% vegetarian and vegan meals. Please submit sample menu. Morning breaks should include coffee, tea refresh; afternoon breaks should include coffee, tea, soft drinks and light snack. All meals should be served in a space other than meeting space. Vendor needs to have onsite Banquet service facility. The catering needs are as follows: Full Breakfast 70 on February 13, 7:30 am to 8:30 am; 70 on February 14, 7:30 am to 8:30 am; 70 on February 15, 7:30 am to 8:30 am; AM Break 70 on February 13, 10 am to 10:30 am; 70 on February 14, 10 am to 10:30 am; 70 on February 15, 10 am to 10:30 am; Lunch 70 on February 13, 12 pm to 1 pm; 70 on February 14, 12 pm to 1 pm; 70 on February 15, 12 pm to 1 pm; PM Break 70 on February 13, 3 pm to 3:30 pm; 70 on February 14, 3 pm to 3:30 pm; 70 on February 15, 3 pm to 3:30 pm; Dinner 70 on February 13, 6 pm to 7:30pm; 70 on February 14, 6 pm to 7:30pm; 70 on February 15, 6 pm to 7:30pm; Additionally, the facility should be able to hold up to 65 people (Rounds) for General Sessions and have at least 3 breakout room (Rounds). All rooms should be set with a flipchart package, and water service. Additional meeting room requirements are as follows: Audio visual needs include: Flip Chart stands and pads February 13 (1) in general session room and 1 in each break out room; February 14 (1) in general session room and 1 in each break out room; February 15 (1) in general session room and 1 in each break out room; Overhead Projector and screen (6 x 6) February 13 (1) projector and screen in general session room; February 14 (1) projector and screen in general session room; February 15 (1) projector and screen in general session room; AV Setup Charges Volunteer Transportation/Parking Costs. Please include prices (if any) for hotel parking. Miscellaneous Items- Please include fees for the following needs for registration area setup: Phones, faxing, copying, needed by CNCS staff. 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 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 any costs associated with parking; 5) meeting rooms and at least 10% of sleeping rooms must be accessible to physically disabled individuals; 6) Vendor must provide on-site representation each day of the event for coordination, problem solving and decision making. The facility must comply with the Americans with Disabilities Act and should be on the Hotel-Motel National Master List of FEMA/United States Fire Administration. The solicitation number is MSCDTFEB2006 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, price/availability of government rate and ability to meet specified training requirements. 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. Additional submission information: Proposals must be submitted by a person authorized to negotiate on behalf of the prosperor with the Government. The vendor must: (1) be registered with the Central Contractor Registration at (www.ccr.gov) and (2) be willing to complete an ACH direct deposit form for payment. Any proposals received after the due date will not be considered. Only facilities in Tupelo, Mississippi area need apply. Contract award is subject to availability of funds.
 
Place of Performance
Address: Tupelo, Mississippi
Zip Code: 38808
Country: US
 
Record
SN00967884-W 20060120/060118211537 (fbodaily.com)
 
Source
FedBizOpps 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.