SOLICITATION NOTICE
X -- Lease or Rental of Facilities (Hotel)
- Notice Date
- 12/31/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Corporation for National and Community Service, Procurement, Office of Procurement Services, 1201 New York Avenue, NW, Washington, DC, 20525
- ZIP Code
- 20525
- Solicitation Number
- HQKMR0402
- Response Due
- 1/16/2004
- Point of Contact
- Kelly Mitchell-Baynes, Contract Specialist/Contracting Officer, Phone 202-606-5000, x123, Fax 202-565-2804, - Patricia Holliday, Contracting Officer, Phone (202) 606-5000 x187, Fax (202) 565-2804,
- E-Mail Address
-
kmitchell@cns.gov, pholliday@cns.gov
- Description
- The AmeriCorps*VISTA department is in need of a facility that can provide conference and lodging space, and meals in order to conduct the AmeriCorps*VISTA Early Service Training, in the Washington, DC area, February 2-5, 2004. Double Occupancy Sleeping Rooms 40-February 2, 2004 40-February 3 2004 and 40-February 4, 2004. Meeting Space (Meeting rooms and at least 25% of sleeping rooms must be accessible to physically challenged individuals). Breakout rooms 2 rectangle tables at front of the breakout room each day for presenter materials **2 of these breakout rooms should hold 50 participants in rounds 3-February 3, 2004 for 30 attendees set in rounds for six to eight from 8:00AM to 6:00 PM; 3-February 4, 2004 for 30 attendees set in rounds for six to eight from 8:00AM to 6:00 PM; 3-February 5, 2004 for 30 attendees set in rounds for six to eight from 8:00AM to 6:00 PM; Meals (At least 25% of all attendees at meals will be vegetarians or vegans and at least 25% off all attendees must have Halal meat). AM Breaks should include coffee, team refresh; PM Breaks should include coffee, tea, soft drinks, and light snacks. Full Breakfast: 85-February 3, 2004-7:00am-8:30am; 85-February 4, 2004-7:00am-8:30am; 85-February 5, 2004-7:00am-8:30am. AM Break: 85-February 3, 2004-10:00am-10:30am; 85-February 4, 2004-10:00am-10:30am; 85-February 5, 2004-10:00am-10:30am. Lunch: 85-February 3, 2004-12:00pm-1:00pm; 85-February 4, 2004-12:00pm-1:00pm; 85-February 5, 2004-12:00pm-1:00pm. PM Break: 85-February 3, 2004-3:00pm-3:30pm; 85-February 4, 2004-3:00pm-3:30pm. Dinner: 85-February 2, 2004-6:00pm-7:30pm; 85-February 3, 2004-6:00pm-7:30pm; 85-February 4, 2004-6:00pm-7:30pm. Audiovisual Equipment: Message board and registration table (Four large tables and a message should be set up in the assigned registration area starting at 2:00pm, February 2, 2004 and remaining there until conference conclusion). Flip chart stands (flip chart pads not needed): 1-February 2-5, 2004-registration area; 3-February 3, 2004-registration area (1 in each breakout room); 3-February 4, 2004-registration area (1 in each breakout room); 3-February 5, 2004-registration area (1 in each breakout room). Overhead projector and screen: 3-February 3, 2004-1 in each breakout room; 3-February 4, 2004-1 in each breakout room; 3-February 5, 2004-1 in each breakout room. LCD Projectors: 2- -February 4, 2004 in each breakout room (designated); 2-February 5, 2004-1 in each breakout room (designated). Transportation: Shuttle service needed on February 2nd and 5th to and from area airports. Please include prices for parking. Miscellaneous Items-please include prices for the following: Phones, faxing, copying, needed by CNCS staff. Miscellaneous Items-please provide costs Phones, faxing, copying, needed by CNCS staff. In ubmitting a bid for these services, please quote a price/guest/day. Only sleeping room rental, meeting room rental, and scheduled meeting costs and meal/snack 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 25% of sleeping rooms must be accessible to physically challenged individuals. At least 25 % of the attendees at meals will be vegetarians or vegans. 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 and submit proof of such compliance. All proposed prices must be inclusive. For example: audio-visual rentals and the cost of food must include gratuity, if applicable. This announcement is a combined synopsis/solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisitions Circular 01-18. 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 this 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 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: 5.222-21; 52.222-22; 52.222-23; 52.222-41; 52.225.3; and 52.232-34. Proposal must be submitted in writing, signed by a person authorized to negotiate on behalf of the proposor with the government and sent to the address in this announcement. Bids should be submitted to Danielle Neveaux at Corporation for National and Community Service, 1201 New York Avenue, N.W. Washington, D.C. 20525. Phone number is (202) 606-5000 extension 126; fax number is (202) 565-2789 no later than January 16, 2004. 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 or a commercial overnight delivery service. Only facilities within Washington, DC area need to apply.
- Place of Performance
- Address: Washington, DC
- Record
- SN00497219-W 20040102/031231211514 (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 |