SOLICITATION NOTICE
X -- X - lease or rental of facilities
- Notice Date
- 11/26/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Corporation for National and Community Service, Procurement, Atlantic Service Center, 801 Arch Street, Suite 103, Philadelphia, PA, 19107
- ZIP Code
- 19107
- Solicitation Number
- AT-02-113
- Archive Date
- 12/27/2002
- Point of Contact
- Anthony Decolli, Grants Management Specialist, Phone (215) 597-0740, Fax (215) 597-4933, - Sue Maragrite, Grants Management Specialist, Phone (215) 597-6983, Fax (215) 597-4933,
- E-Mail Address
-
adecolli@cns.gov, smargarit@cns.gov
- Description
- The Corporation for National and Community Service, a wholly owned government corporation intends to award a contract to a qualified vendor in the metropolitan areas of Wilmington, DE and Philadelphia, PA who can provide lodging, catering and meeting space for an AmeriCorp*VISTA training. AmeriCorp*VISTA is a federal program which places members in low-income communities to mobilize resources and increase the capacity of those communities to solve their own problems. The Early Service Training (EST) will occur January 13 to 16, 2003. The groujp will check in on Monday (01/13/03) and check out on Thursday (01/16/03) The group will check in on Monday (01/13/03) and check out on Thursday (01/16/03) We will need 60 to 75 sleeping rooms for three nights with 2 double beds to accommodate double-occupancy and 10 to 15 sleeping rooms for three nights with 2 double beds to accommodate double-occupancy and 10 to 15 sleeping rooms for three nights to accommodate single occupancy. The facility must to comply with the American Disabilities Act and should be on the Hotel-Motel national Master LIst of FEMA/United States Fire Administration. the facility selected should be able to accommodate up to 150 people for a group meal. The chosen vendor must be prepared to provide vegetarian, vegan and Kosher meals. Approximately 25% of all meals will be vegetarian/vegan; up to 1% will be Kosher. The catering needs will break down as dinner on Day 1. Breakfast/lunch/dinner with mid-morning and afternoon breaks on Day 2. Breakfast/lunch/dinner with mid-morning and afternoon breaks on Day 3 and breakfast/lunch with mid-morning break on Day 4. Based on these catering needs, proposals should include a Per Person cost per meal. Additionally, the facility should be able to hold up to 150 people (in rounds) for general sessions and have at least 5 breakout rooms. The breakout rooms must be able to accommodate up to 35 people each (set in rounds) All rooms (general sessions and breakouts) should be set with #2 lead pencils, flipchart package, water service, and should be available from 8:00 am to 8:00 pm The site selected should provide transportation to/from airport, Amtrak station and hotel. All proposals received must include an explanation of shuttle transportation available and indicate additional cost, if any. Proposals must also include cost for parking. The specific meeting requirements are as follows: DAY 1. A registration area with a telephone, flipchart package, and four (4) six-foot skirted tables and chairs. Dinner to accommodate a flow of registrants from 5:00 p.m. until 7:00 p.m. for up to 150 people. For participants arriving before check-in, an area should be designated for luggage storage. DAY 2. A registration area with a telephone, flipchart package, and four (4) six-foot skireted tables and chairs. Hot breakfast for up to 150 people. A general session rooms, set in rounds for up to 150 people, audio-visual needs may include a large projection screen, a two shelf audio-visual cart, a podium, a microphone, a VCR, a slide projector, and two (2) flipcharts, up to five (5) breakout rooms set in rounds, to accommodate up to 35 people each. An afternoon break with beverage and light snack, dinner for up to 150 people. DAY 3 A registration area with a telephone, flipchart package and four (4) six foot skirted tables and chairs. Hot breakfast for up to 150 people. A general session room set in rounds for up to 150 people. Audio-visual needs, the same as Day 2. A mid-morning break, with beverage and light snack. Lunch available to accommodate up to 150 people. Up to five (5) breakout rooms set in rounds, to accommodate up to 35 people each. An afternoon break with beverage and light snack. Dinner for up to 150 people. DAY 4. A registration area with a telephone, flipchart package and four (4) six-foot skirted tables and chairs. Hot breakfast for up to 150 people. A general session, set in rounds for up to 150 people. Audio-visual needs the same as Day 2. A mid-morning break with beverage and light snack. Lunch available to accommodate up to 150 people. Up to five (5) breakout rooms set in rounds to accommodate up to 35 people each. Bid proposals MUST INCLUDE the following information to be considered. 1. Per night sleeping room rate for single and double occupancy (per room) 2. Cost PER PERSON for all catering. Due to our status as a federal corporation, we will only consider food costs which fall within the federal per diem for your area. 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. The solicitation number is AT-01-113 and is issued for a 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 is $5M. 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. 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 Statutes 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 proposer with the Government and sent to the address in this announcement. Bids should be mailed to: Damon Bolden, Training Specialist, Corporation for National and Community Service, 1201 New York Avenue, N. W., Washington, D. C. 20025. (202) 606-5000 ext 581 (voice) (202) 565-2789 (fax) no later than December 12, 2002. Due to delays in delivery of regular USPS mail to government offices, there is no guarantee that your quotation will arrive in time to be considered. Therefore, we suggest that you use USPS Priority mail services or a commercial overnight delivery service. Only facilities within the Wilmington, DE and Philadelphia, PA metropolitan areas need apply. Contract award is subject to availability of funds.
- Record
- SN00211275-W 20021128/021126213027 (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 |