SOLICITATION NOTICE
X -- Lease or rental facilities (Hotel)
- Notice Date
- 10/13/2004
- Notice Type
- Solicitation Notice
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- 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-32-05
- Response Due
- 10/26/2004
- Archive Date
- 12/1/2004
- Description
- The Corporation for National and Community Service (CNCS), a wholly-owned Federal Government Corporation, intends to award a contract to a qualified vendor who can provide lodging, conference space and meals for the AmeriCorps*VISTA Pre-Service Orientation (PSO) in Albuquerque, New Mexico. The training will be held November 15-18, 2004. Lodging: The participants will check in on Monday, November15 and check out on Thursday, November 18, 2004. Sleeping accommodations for November 15, 16, 17, will require 40 double occupancy rooms and 5 single occupancy rooms. On November 18 we may require four (4) additional sleeping rooms for late departures. 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. Meals: The facility needs to accommodate up to 95 people for hot buffet meals. The chosen vendor must provide up to 25% vegetarian and vegan meals. The catering needs are as follows: Dinner on Monday (Nov 15). Breakfast, lunch, dinner with mid-morning and afternoon breaks on Tuesday (Nov 16) and Wednesday (Nov 17). On Thursday (Nov 18) there will be breakfast, mid-morning break and box lunch. Morning and afternoon breaks should consist of coffee, tea, cold drinks, mix of whole or cut fruit and other light snacks. Menus must be included in your proposal. At least 25% of the attendees at meals will be vegetarians or vegans. All meeting rooms should be set with water service, and be available from 8:00 a.m. to 8:00 p.m. Meeting room requirements are as follows: Registration area (Nov 15-18) with two (2) six-foot skirted tables and chairs in the assigned registration area outside the main meeting room beginning at noon on November 15 and remaining until conference conclusion. General Session (Nov 15-18) should be set in rounds of eight (8) for up to 95 people; Audio Visual needs include overhead projector, large projection screen (10 x 10), a two-shelf audio-visual cart, podium, wireless lapel microphone, wireless handheld microphone and one (1) easel with pad/markers. One TV/VCR and cart needed for Nov 15 evening. Breakout Rooms (Nov 16-18) should include: three (3) breakout rooms set (8 chairs in rounds) to accommodate up to 30-35 people each with overhead projector, screen, easel with pad/markers in each breakout room. Rental expenses for AV equipment must be included in this proposal. Transportation: Vendor must provide shuttle service (wait time of 30 minutes or less), including transportation for participants with special needs, on Nov 15 from airport to hotel, and Nov 18 from hotel to airport. Arrival/departure times will be provided. Past experience shows need access to at least one van that has wheelchair lift capability. All costs associated with shuttle transportation must be included in bid. All proposals received must include an explanation of shuttle transportation available to indicate additional cost, if any. Proposals must also include cost for parking. 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 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; 6) meeting rooms and at least 10% of sleeping rooms must be accessible to physically challenged individuals; 7) 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 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. The solicitation number is SWSC-32-05 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 no later than October 26, 2004.Any proposals received after the due date will not be considered.
- Place of Performance
- Address: 1999 Bryan Street, Suite 2050, Dallas, TX
- Zip Code: 75201
- Zip Code: 75201
- Record
- SN00693045-W 20041015/041013211511 (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 |