SOLICITATION NOTICE
X -- Lease or rental facilities (Hotel)
- Notice Date
- 3/8/2005
- 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-35-05
- Response Due
- 3/23/2005
- Archive Date
- 5/1/2005
- 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, meals, and meeting space for one AmeriCorps*VISTA Continuing Development Training (CDT) in Austin, Texas. The trainings will be held April 25-28, 2005. 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. 95 participants will check in on Monday, April 25th and check out on Thursday, April 28th. Sleeping accommodations for April 25th to April 28th must include: 47 double occupancy and 5 single occupancy rooms. 10% of all sleeping rooms must be accessible to persons with disabilities. 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. The facility should be able to accommodate up to 105 people for buffet meals April 25th to April 28th. The chosen vendor must provide up to 25% vegetarian and vegan meals. The catering needs are as follows: Dinner on Day 1 (April 25th). Full hot Breakfast/lunch/dinner with mid-morning and afternoon breaks on Day 2 and 3 (April 26th-27th) Full hot Breakfast, mid-morning break and box lunch on Day 4 (April 28th) Based on the catering needs, proposals should include a per person cost per meal and a sample menu. Additionally, the facility should be able to hold up to 100 (8 chairs in rounds) for General Sessions and have at least 3 breakout rooms. All rooms (General Session and Breakouts) should be accessible to persons with disabilities. All rooms (General Session and Breakouts) should be set with #2 lead pencils, water service, and should be available from 8:00 a.m. to 8:00 p.m. Additional meeting room requirements are as follows: Registration area (April 25th-28th) with (4) six-foot skirted tables and chairs. General Session Rooms (April 25th-28th) should be set in rounds for up to 100 people; audio visual needs include an overhead projector, a large projection screen (10 x 10), a two-shelf audio-visual cart, a podium, lapel microphone, hand held wireless microphone, a TV, a VCR, one (1) easel and butcher paper package and markers. The Breakout Rooms (April 25th-28th) should include: (3) breakout rooms set (8 chairs in rounds) to accommodate up to 32 people each with overhead projector, screen, two (2) easels and butcher paper packages, and markers. Separate rooms are needed for General Session, breakout sessions, and meals. The site selected should provide transportation to/from airport and hotel for all participants, including transportation for individuals who use wheelchairs. 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) DUNS (Dun and Bradstreet) number; 2) Central Contractor Registration (CCR) confirmation; 3) Per night sleeping room rate for single and double occupancy; 4) Sample menus; 5) Cost per person for meals. The selected vendor must be prepared to provide vegetarian meals. Approximately 15-25% of all meals will be vegetarian; 6) Charges for meeting space including registration area; 7) Charges for audio-visual equipment; 8) A description of the transportation service plan that conveniently accommodates the airport arrival and departure of all participants (Transportation service wait time 45 minutes or less) and any costs associated with it; 9) A description of on-site parking and any costs associated with it; 10) Per night reduced sleeping room rate for staff requiring lodging on-site and its basis; 11) Name of on-site contact provided by vendor; 12) Charges for on-site representation each day of the event for coordination, problem solving and decision making; 13) Floor plan of meeting spaces to be used; 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). You can obtain a copy of this provision at www.arnet.gov/far. Only facilities within the Austin, TX commuting area need apply. 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 SWSC-35-05 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 97-23. 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 and past performance. References must be included with your offer. 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 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 address in this announcement. Bids should be submitted, as described, no later than 5pm (CST), Wednesday March 23, 2005.
- Place of Performance
- Address: 1999 Bryan Street, Suite 2050, Dallas, TX
- Zip Code: 75201
- Zip Code: 75201
- Record
- SN00764252-W 20050310/050308211519 (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 |