Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2006 FBO #1601
SOLICITATION NOTICE

X -- Lodging, Meals and Meeting Space

Notice Date
4/13/2006
 
Notice Type
Solicitation Notice
 
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
SSC-MST-0706
 
Response Due
5/12/2006
 
Archive Date
5/27/2006
 
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 approximately 350 participants at a Corporation-sponsored Multi-State Cross Program conference in ONE of five locations: Atlanta, GA; Birmingham, AL; Chattanooga, TN; Greensboro, NC or Macon, GA. The Solicitation Number is SSC-MST-0706. The training will be held July 11 through July 14, 2006 and will include participants from the AmeriCorps, Learn and Serve and Senior Corps Grants Programs, as well as trainers and federal staff from AL, FL, GA, TN and CNCS Headquarters Office in Washington, DC. The conference is designed to share with grantees the most current national service information and to provide them the opportunity to gain valuable insights from the experiences of other national service projects and training providers. The participants will check in on Tuesday, July 11, 2006, and will check out on Friday, July 14, 2006. Selected staff and facilitators would arrive on July 10, 2006. For participants arriving before check-in on July 11th, an area should be designated for luggage storage. Sleeping accommodations for July 10th through July 13th must include: Single Occupancy Sleeping Rooms 10 rooms on July 10 to 13, 2006; Single Occupancy Sleeping Rooms 200 rooms on July 11 to 13, 2006; Double Occupancy Sleeping Rooms 75 rooms on July 11 to 13, 2006; The facility should be able to accommodate up to 375 people for meals on July 11th through 13th. Meals should be served in a space other than meeting space. The chosen vendor must be prepared to provide up to 15% vegetarian and vegan meals. Please submit sample menu. Morning breaks should include coffee, tea refresh and fresh fruit; afternoon breaks should include coffee, tea, soft drinks and light snack. The catering needs are as follows: Full Breakfast 300 on July 12, 7:30 am to 8:30 am; 300 on July 13, 7:30 am to 8:30 am; 300 on July 14, 7:30 am to 8:30 am; AM Break 375 on July 12, 10 am to 10:30 am; 375 on July 13, 10 am to 10:30 am; 375 on July 14, 10 am to 10:30 am; Lunch 375 on July 12, 12 pm to 1 pm; 375 on July 13, 12 pm to 1 pm; PM Break 375 on July 12, 3:15 pm to 3:45 pm; 375 on July 13, 3:15 pm to 3:45 pm; Dinner Participants will be on their own for dinner each day. Networking Session 200 on July 11, 7:30 pm to 9:00 pm or July 12, 7:30 pm to 9:00 pm Please provide pricing for desserts and refreshments. Registration Area: Three 6 foot tables and eight chairs in an easily accessible space is required for participant registration on the 10th and 11th. Meeting Space Needs (There will be a 24 hour hold on all meeting spaces.) General Session The facility should be able to hold up to 375 people (Rounds) for Meals/Plenary Sessions each day. Provide 2 rectangle tables at front of general session room each day for presenter materials. Breakout Rooms July 11 (3) rooms for 60 attendees in rounds of eight from 1:00 p.m. to 5:00 p.m.; 2 rooms for 40 attendees in rounds of eight from 1:00 p.m. to 5:00 p.m.; July 12 (3) rooms for 60 attendees in rounds of eight from 7:30 a.m. to 5:30 p.m.; 7 rooms for 25 to 40 attendees in rounds of eight from 7:30 a.m. to 5:30 p.m.; 1 room for 30 attendees in rounds of eight from 7:30 a.m. to 5:30 p.m. (T1 capacity) July 13 (3) rooms for 60 attendees in rounds of eight from 7:30 a.m. to 5:30 p.m.; 7 rooms for 25 to 40 attendees in rounds of eight from 7:30 a.m. to 5:30 p.m.; 1 room for 30 attendees in rounds of eight from 7:30 a.m. to 5:30 p.m. (Tt1 capacity) July 14 (3) rooms for 60 attendees in rounds of eight from 7:30 a.m. to 11:30 a.m.; 7 rooms for 25 to 40 attendees in rounds of eight from 7:30 a.m. to 11:30 a.m.; 1 room for 30 attendees in rounds of eight from 7:30 a.m. to 11:30 a.m. (T1 capacity) Note: One of the smaller breakout rooms should be used as a computer lab. It should be capable of handling 30 workstations complete with internet access. A T1 line with the ability to link 30 computers is requested. (The computer lab would operate on July 12 from 7:30 a.m. until 5:30 p.m., on July 13 from 7:30 a.m. until 5:30 p.m., and on July 14, from 7:30 a.m. until 11:30 a.m.) Standard Audio Visual All rooms should be set with a flipchart package, and water service. All breakout rooms should include flip chart package. In addition to flip chart package, audio visual needs for breakout rooms include TV/VCR,DVD,LCD projectors, overhead projectors, and screens. Microphones will be required for plenary sessions. Please include equipment pricing and set up charges. Parking Costs: Please include prices, if any for hotel parking or special needs transportation. Shuttle Service: Please note if shuttle service to and from the airport is available, provide pricing if applicable. Additional Items Please include prices for the following: Phones, faxing, copying, etc. needed by CNCS conference staff and facilitators. Staff office able to accommodate 20 ppl. All proposed prices (including audio-visual) must be inclusive. Each bid proposal must include the following information to be considered: 1) DUNS (Dun and Bradstreet) number 2) Central Contractor Registration (CCR) confirmation 3) Per night sleeping room rate for single and double occupancy; 4) Cost per person for each meal. 5) Charges for meeting space including registration area 6) Charges for audio-visual equipment; 7) If applicable, a description of the transportation service plan that conveniently accommodates the airport arrival and departure of all participants (Transportation service wait time should be 45 minutes or less) and any costs associated with it. 8) A description of on-site parking and any costs associated with it. 9) Per night reduced sleeping room rate for staff requiring lodging on-site and its basis 10) Name of on-site contact provided by vendor 11) Charges for on-site representation each day (if any) of the event for coordination, problem solving and decision making. 12) Floor plan of meeting spaces to be used. 13) References (2 to 5) 14)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, 15) Completed copy of the provision at 52.212-3, Offeror Representations and Certifications (Commercial Items). Failure to provide all 15 items listed above will automatically disqualify you. You can obtain a DUNS and register in the CCR at the following website: Http://www.bpn.gov. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. The solicitation number is SSC-MST-0706 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 97-23. The provision at 52.212.1, Instructions to Offerors (Commercial), applies to this acquisition. This is a best value procurement and evaluation of offers will be based on quality, past performance and price. The following clauses apply to this acquisition: 52.212-4, 52.212-5, 52.222-21,52.222-22, 52.222-23, 52.222-41, 52.225-3, 52.232-34, 52.204-6, 52.204-7, 52.213-4, and 52.232-33. Proposals can be submitted by email from the person authorized to negotiate on behalf of the proposer with the Government and sent to kmclean@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 address in this announcement. Bids should be submitted, as described, no later than 5:00 PM EST on May 12, 2006.
 
Place of Performance
Address: Atlanta, GA; Birmingham, AL; Chattanooga, TN; Greensboro, NC OR Macon, GA.
 
Record
SN01027172-W 20060415/060413220102 (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.