Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2004 FBO #1054
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-33-05
 
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 AmeriCorps*VISTA Tribal Supervisor training for 6 days November 14-19, 2004, and Supervisor Training for 4 days November 16-19, 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 November 14 and remaining until conference conclusion. Lodging: November 14-19 - ten (10) singles; for November 16-18 eighty (80) singles. On November 19 we may require four (4) additional single sleeping rooms for late departures. Meeting space: Tribal Training: November 15-16, one (1) general session room with 5 rounds of eight (8) and six-foot table for trainer, Supervisor Training: November 17-19, one (1) general session set in twelve (12) rounds of eight (8). Break out Rooms: November 17-19, four (4) break out rooms each with four (5) rounds of eight (8) for participants and six-foot table for trainer. Meals: November 15 meals for 15 with full hot buffet breakfast, AM break, buffet lunch, PM break and buffet dinner. November 16 meals for 15 with full hot buffet breakfast, AM break, buffet lunch, PM break. Buffet dinner for 85. November 17-18, meals for 85 participants same as November 15. November 19 meals for 85 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. Menus must be included in your proposal. Audiovisual Equipment: Tribal training: TV, VCR and cart, screen, flip chart/markers from November 15-16 in general session room. General Session: November 17-19, 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: November 17-19, 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 November 14 from Airport, November 16 from airport and November 19 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. Any costs associated with shuttle transportation must be included in bid. 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. Special requirements: Meeting rooms and at least 10% of sleeping rooms must be accessible to physically challenged individuals. At least 25 % of the attendees at meals will be vegetarians or vegans. Vendor must provide on-site representation during all dates of the event for coordination, problem solving and decision making. 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. 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. All proposed prices must be inclusive. For example: audio-visual rentals and the cost of food must include gratuity, if applicable. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is SWSC-33-05 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 must be submitted 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 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
 
Record
SN00693046-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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.