SOLICITATION NOTICE
X -- Lease or rental facilities (Hotel)
- Notice Date
- 2/26/2004
- 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-27-04
- Response Due
- 3/11/2004
- Archive Date
- 3/26/2004
- Point of Contact
- Bettye Hammond, Grant Management Officer, Phone (214) 880-7069, Fax (214) 880-7074,
- E-Mail Address
-
Bhammond@cns.gov
- 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, conference space and meals for 218 participants at the AmeriCorps*VISTA Pre-Service Orientation (PSO) in Albuquerque, New Mexico. The training will be held April 19-22, 2004. The participants will check in on Monday, April 19th and check out on Thursday, April 22, 2004. Sleeping accommodations for April 19, 20, 21, will require 107 double occupancy rooms and 4 single occupancy rooms. On April 22 we may require four (4) additional sleeping rooms for late departures. 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 needs to accommodate up to 228 people for hot buffet meals. The catering needs are as follows: Dinner on Monday (April 19). Breakfast, lunch, dinner with mid-morning and afternoon breaks on Tuesday (April 20) and Wednesday (April 21). On Thursday (April 22) there will be breakfast, mid-morning break and box lunch. Morning and afternoon breaks should consist of coffee, tea, cold drinks, mix or whole and cut fruit and other light snacks. Menus must be included in your roposal. At least 25% of the attendees at meals will be vegetarians or vegans. All meeting rooms should be set with water service, and be available from 8:00 a.m. to 8:00 p.m. Meeting room requirements are as follows: Registration area (April 19-22) with (5) six-foot skirted tables and chairs. General Session (April 19-22) should be set in rounds of eight (8) for up to 218 people; audio visual needs include overhead projector, large projection screen (10 x 10), a two-shelf audio visual cart, podium, wireless lapel microphone, wireless handheld microphone and one (1) flip chart with markers. VCR/cart needed April 19, 20 and 22nd. Breakout Rooms (April 20-22) should include: (8) breakout rooms set (8 chairs in rounds) to accommodate up to 25-30 people each with overhead projector, screen, 2 flip charts, and markers in each breakout room. Rental expenses for AV equipment must be included in this proposal. Vendor must provide transportation to/from airport and hotel, including transportation for participants with special needs. Past experience shows need access to at least one van that has wheelchair lift capability. All costs associated with shuttle transportation must be included in bid. 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. For example, audio visual rentals and the cost of food must include gratuity if applicable. Each bid proposal must include the following information to be considered: 1) per night sleeping room rate for single and double occupancy; 2) Costs for per person meal charges. 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; 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. 5) reduced costs for staff requiring lodging on-site, based upon number of overnight guests; 7) meeting rooms and at least 25% of sleeping rooms must be accessible to physically challenged individuals; 8) Vendor must provide on-site representation each day of the event for coordination, problem solving and decision making. 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. The bid must include the bidders DUNS (Dun and Bradstreet) number and proof they are registered in the Business Partner Network’s Central Contractor Registration (CCR) system. You can register in the CCR at the following web site: http://www.bpn.gov/. FAILURE TO PROVIDE THIS INFORMATION WILL AUTOMATICALLY DISQUALIFY YOU. The solicitation number is SWSC-27-04 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 97-27. The NAICS Code for this requirement is 721110 and the small business size standard is $5M. The provisions at 52.212.1, Instructions to Offerors-Commercial, applies to this acquisition. Offerer must include a completed copy of the provision at 52.212-3. Offerer 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: 52.222-21; 52.222-22; 52.222-23; 52.222-41; 52.225-3; and 52.232-34. Proposals can be submitted in writing, signed by a person authorized to negotiate on behalf of the prosperer with the Government and sent to the address in this announcement. Proposals can be submitted by email from the person authorized to negotiate on behalf of the prosperer with the Government and sent to bhammond@cns.gov. Bids should be submitted no later than COB March 11, 2004. Any proposals received after the due date will not be considered. Only facilities within Albuquerque, NM area need apply.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/CNS/CFO/DallasTX/SWSC-27-04/listing.html)
- Place of Performance
- Address: 1999 Bryan Street Suite 2050 Dallas, TX
- Zip Code: 75201
- Zip Code: 75201
- Record
- SN00531983-F 20040228/040226233115 (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 |