Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 21, 2001 PSA #2941
SOLICITATIONS

X -- LEASE OR RENTAL OF FACILITIES

Notice Date
September 19, 2001
Contracting Office
Corporation for National Service, Office of Procurement, 1201 New York Ave. N.W., Washington, DC 20525
ZIP Code
20525
Solicitation Number
SWSC-03-BH
Response Due
October 1, 2001
Point of Contact
Bettye Hammond (214) 880-7069: FAX- (214) 880-7077
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 one (1) 2&1/2 day AmeriCorps*VISTA Pre-Service Orientations (PSO) during November 7-9, 2001,Austin, Texas. Facility must have general session room to accommodate up to 100 persons, classroom style, and up to two (2) breakout rooms which can accommodate 50 people. Audio/visual needs are flip charts and overhead projector for general and breakout sessions. Water and glasses must be provided at all times in all meeting areas. Events will require sleeping space for approximately (45 double occupancy) with access to individual beds. The specific meeting requirements for each event are as follows: DAY 1 -- A registration space with four (4) six-foot skirted tables to accommodate a flow of registrants from 8:00 a.m. until 6:00pm. A general session room set classroom style for up to 100 people with table at front to accommodate speaker's needs, including podium. Audio-visual needs include a large projection screen (10 ft.), an audio-visual cart with overhead projector, an extension cord, wireless lapel microphone, and TV/VCR Cart. Afternoon beverage break. Full dinner served in the evening. DAY 2 Full hot breakfast, lunch, and dinner for 100. A registration table set outside the general session room. A general session room set classroom style for up to 100 people in the morning. Audio-visual will be the same as Day 1, except TV/VCR not needed. Morning and afternoon beverage breaks. DAY 3 Full hot breakfast, morning break and brown bag lunch by 11:00 a.m. for 100. Meeting room needs and audio/visual needs will be the same as Day 2. All activities will conclude by 12:30 p.m. To be considered, bids need to include the following information: (1) Per night sleeping room rate for single and double occupancy; (2) Per person meal charges for the following: dinner with an afternoon beverage break on Day 1 & 3, breakfast/lunch/dinner with morning and afternoon beverage breaks on Day 2 & 4, and breakfast/brown bag lunch with a mid-morning beverage break on Day 3 & 5. The selected vendor must be prepared to provide vegetarian and kosher meals. Approximately 25% of all meals will be vegetarian;(please include sample menu for the price bid;(3) 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; (4) Charges for meeting space and individual items of audio-visual equipment; (5) Parking for participants and at what cost; (6) A description of the shuttle service available to and from the airport and any costs associated with shuttle transportation; (7) reduced costs for staff requiring lodging on-site, based upon number of overnight quests; (8) Vendor must provide on-site representation during all dates of the event for coordination, problem solving and decision making. Federal regulations require that any hotel/conference space contracted shall meet and comply with American Disabilities Act (ADA) requirements, and FEMA certified for fire safety. Food, lodging and audio quotes need to include any gratuity and service charges. Price quotes due by close of business October 1,2001,to: Bettye Hammond, 1999 Bryan Street, Room 2050, Dallas, TX 75201. Only facilities within the Austin, Texas commuting area need apply. The solicitation number is SWSC-03-BH 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 97-27. The North American Industry Classification System (NAICS) Code for this requirement is 721110 and the small business size standard is $5M. The following clauses and provisions can be viewed on the internet site: http://www.arnet.gov. 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 this offer. This best value procurement and evaluation of offers will be based on quality, past performance and price. The clause 52.212-5, Contract Terms & 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 inclusive by reference: 52.222-21; 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 proposer with the Government and sent to the address in this announcement.
Record
Loren Data Corp. 20010921/XSOL001.HTM (W-262 SN50Y0Y4)

X - Lease or Rental of Facilities Index  |  Issue Index |
Created on September 20, 2001 by Loren Data Corp. -- info@ld.com