SOLICITATION NOTICE
X -- AmeriCorps VISTA - Summer Associates - New Orleans Housing
- Notice Date
- 5/10/2007
- Notice Type
- Solicitation Notice
- NAICS
- 531190
— Lessors of Other Real Estate Property
- Contracting Office
- Corporation for National and Community Service, Procurement, Office of Procurement Services, 1201 New York Avenue, NW, Washington, DC, 20525, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- AmeriCorps-BAZ-2007-003
- Response Due
- 5/24/2007
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is AmeriCorps-BAZ-2007-003 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 05-15 and its correction issued in December 2006. The provisions at 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition.The provisions at 52.212-2, Evaluation-Commercial Items, apply to this acquisition. The evaluation and award will be based on lowest-priced technically acceptable acquisition. The associated NAICS code is 531110 and the small business size standard is $6,500,000.00. Offerors must be registered in the Business Partner Network?s Central Contractor Registration (CCR) database to be considered. You can register at the CCR website: http://www.bpn.gov Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer or online at https://orca.bpn.gov/login.aspx they will be considered non responsive. 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 Corporation for National and Community Service, a wholly owned Federal Government Corporation, intends to award a contract to a qualified vendor who can provide as listed in the following Statement of Work. Only facilities in the metro area of New Orleans, LA will be considered. All proposed prices must be inclusive and quoted as a ?per person? price for the time period noted within the Statement of Work. The current maximum estimate for attendees is two-hundred (200). I. Summary Statement of Request: The AmeriCorps*VISTA program requires lodging for 200 individuals 18 years of age and older between June 1 and August 11. II. Background: The individuals, known as Summer Associates, will be recruited throughout the country and arrive in New Orleans in early June. The Summer Associates will be assigned to one of a dozen or so educational or recreational organizations to work with the organization?s youth summer program. Summer Associates will live at the selected site for eight or ten weeks and engage in community service during the working week at their assigned organizations. III. General Requirements: AmeriCorps*VISTA requires the following services to support the Summer Associates: lodging, meal access, training room, access to laundry facilities, and parking. These are described in the sections below. IV. Lodging: Lodging space for 200 Summer Associates preferably within the city limits of New Orleans, however if other locations are proposed they will be reviewed taking into consideration travel time from the daily work area. We prefer to be at either a camp site or school that has a history and prior experience supporting young adults in a residential learning environment. All associated equipment, supplies and services outlined will need to be supplied by the contractor. The lodging space would be dormitory space that will permit males and females in separate living space, with bathroom and shower access. We anticipate a minimum of two individuals but no more than four to each room. The male and female quarters are to be separate but may be shared within the same building. V. Access to Meals: Access to meals, including breakfast and dinner daily for the 200 Summer Associates, and access to meals, including breakfast, lunch, and dinner on weekend days. Access to cafeteria-style meals is acceptable. Each volunteer will be responsible to pay for their own meals, do not include this in your price quote. VI. Additional Training Room: Access to a training room for initial training of the Summer Associates and their supervisors. The training room would be needed for one day trainings, up to five times between June 1 and June 15. No equipment is needed. The training room would need either chalkboard, whiteboard, or paper pads (5). VIII. Laundry Facilities: Access to laundry facilities within the facility grounds. Please identify if they are coin operated or part of the price quote for lodging. IX. Parking: Sufficient space on the facility grounds to park up to 40 vehicles including passenger vans. X. Handicap Accessibility: Federal Regulations require that lodging space contracted shall comply with the American Disabilities Act (ADA) requirements and the FEMA, Fire Prevention and Control Guidelines. All meeting places, sleeping rooms, dining rooms, and facility spaces open to the general public must be accessible to persons with disabilities. To compete, bidding facilities must meet standard ADA accessibility requirements. XI. Mode of Procurement: This procurement will be executed using commercial acquisition procedures in accordance with the Federal Acquisition Regulations (FAR) under a standard government purchase order. NOTE: Due to delays in delivery of regular USPS mail to the government offices, there is no guarantee that your proposal will arrive in time to be considered. Therefore, we suggest that you use USPS priority mail or a commercial overnight delivery service (e.g. FedEx, DHL, or Commercial Courier). All proposals must be submitted in writing, signed by a person authorized to negotiate on behalf of the offeror with the government and sent via commercial delivery (FedEx, DHL, etc.) or to the email address (Microsoft Word or PDF file) in this announcement. Fax proposals are not permitted. Proposals should be submitted to Bret A. Zieman at the Corporation for National and Community Service, 1201 New York Avenue, NW, Suite 8403-B, Washington, DC 20525. Phone number is 202.606.6987. ALL PROPOSALS 1 ORIGINAL AND 2 COPIES SHOULD BE RECEIVED BY NO LATER THAN 4:00 PM ON THURSDAY, MAY 24, 2007.
- Place of Performance
- Address: 1201 New York Ave, Washington, DC
- Zip Code: 20525
- Country: UNITED STATES
- Zip Code: 20525
- Record
- SN01291236-W 20070512/070510220111 (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 |