Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2009 FBO #2680
SOLICITATION NOTICE

X -- SSA Regional Management Forum Conference

Notice Date
3/27/2009
 
Notice Type
Modification/Amendment
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Social Security Administration, Office of Budget, Finance, and Management, SSA Region 9, 1221 Nevin Avenue, R 6, Richmond, California, 94801
 
ZIP Code
94801
 
Solicitation Number
SSA-RFQ-R9-09-RMgmtForum
 
Point of Contact
Renata Terry,, Phone: (510) 970-8355, LaTanya Evan-Tate,, Phone: (510) 970-8347
 
E-Mail Address
renata.terry@ssa.gov, latanya.evans@ssa.gov
 
Small Business Set-Aside
N/A
 
Description
THIS SYNOPSIS SUPERSEDES THE ONE POSTED ON MARCH 9, 2009 The Social Security Administration has a requirement for a full-service hotel that can provide the necessary services for a Regional Management Forum Conference in one of the following places: (1) San Francisco, California downtown area, (2) the Greater Phoenix, Arizona area, (3) the Greater Los Angeles area. The conference will be for any three consecutive days beginning the week of July 6, 2009 thru July 10, 2009 for two full days and one half day. Sleeping rooms are not a part of this acquisition, as attendees are responsible for making their own reservations. The facility must be able to accommodate 75-125 sleeping rooms for participants one day prior to the start to the conference for set-up at the Federal Government per diem lodging rate. The San Francisco, California per diem rate is $164.00, Phoenix, Arizona $96.00, and Los Angeles, California is $128.00. If the conference is held in San Francisco, we will need 462 sleeping rooms. For Phoenix, Arizona or Los Angeles, CA the total is 650 sleeping rooms for all participants. The facility must be able to provide a meeting room/ballroom space (minimum 14,000 sq. ft) to accommodate 690 participant’s banquet style for the plenary session, and eleven soundproof breakout session rooms. Seven of the breakout rooms shall be a (minimum of 2,500 sq. ft) to accommodate 100 participants classroom style and the other four breakout rooms shall be a (minimum of 800 sq. ft) to accommodate 30-35 participants classroom style. The general meeting room shall be available throughout the duration of the conference and shall also be available the day prior to the start of the conference, for set-up purposes. The audio-visual equipment for the general session room should include LCD projectors, screens, electrical cords, carts, podium & podium microphone, handheld and lavalier microphones, 4-channel mixer and easel stand. Each break-out room should include: flipchart stand, pads & markers, LCD projector, screens, cords and carts, DVD player, VCR, lavalier microphone, audio mixers and easel stands. The facility must also provide full catering services for morning, mid-morning refresh and afternoon breaks, one evening reception and one mandatory lunch. Hotels must have parking facilities available and be in close proximity to public transportation. The facility must be in compliance with the basic safety ADA requirements recorded in the Uniform Federal Accessibility Standards (UFAS, sections 4-9) and the Americans with Disabilities Act Accessibility Guidelines (ADAAG). Prospective contractors must be registered in the Central Contractor Registration database prior to award of the contract. Information regarding this registration can be found at http://www.ccr.gov/. Offerors will be required to complete either a paper copy of the Representations and Certifications or may complete them online at http://orca.bpn.gov. This acquisition is being conducted under the Federal Acquisition Regulation (FAR) Part 12 regarding the Acquisition of Commercial Items. This acquisition is not a set-aside contract. The North American Industry Classification System (NAICS) code is 721110. The solicitation number is SSA-RFQ-R9-09-RMgmtForum. This solicitation will be available for downloading on or about April 2009. No hard copies of the solicitation will be mailed.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=06dc11ddd7972724445e24de6b42c3a2&tab=core&_cview=1)
 
Place of Performance
Address: San Francisco, Calfornia downtown Area, Greater Phoenix, Arizona area, Greater Los Angeles area, San Franciso, California, United States
 
Record
SN01779434-W 20090329/090327215332-06dc11ddd7972724445e24de6b42c3a2 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.