Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2004 FBO #0865
SOLICITATION NOTICE

X -- x - rental or lease of facilities

Notice Date
4/7/2004
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
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
04-AT-RI713810
 
Response Due
5/7/2004
 
Archive Date
5/22/2004
 
Point of Contact
Olivia Riley, Grants Management Specialist, Phone (215) 597-3588, Fax (215) 597-4933, - Olivia Riley, Grants Management Specialist, Phone (215) 597-3588, Fax (215) 597-4933,
 
E-Mail Address
oriley@cns.gov, oriley@cns.gov
 
Description
The Corporation for National and Community service, a wholly owned Government Corporation, intends to award a contract to a qualified vendor who can provide lodging, conference space, and meals for AmeriCorps*VISTA Pre-Service Orientation and Supervisors Training. These events will take place in the Providence Rhode Island Metropolitan area to include the Warwick area July 13-16, 2004, August 10-13, 2004. The facility must be located within a 12-mile radius of downtown Providence Rhode Island. The requirements for this event are as follows: Registration: Six (6) large covered tables set up in the assigned registration area or outside the main meeting room beginning at 11:00 am July 13th and August 10th and remaining until the conference(s) conclusion. A message board should be set up and left in the registration area throughout the conference. Sleeping rooms: Sixty (60) doubles July 13-16, 2004(three nights) Twenty-Five singles (25) July 13-16 (three nights). Sixty (60) doubles August 10-13, 2004 (three nights) Twenty Five singles (25) August 10-13 (three nights). The facility must comply with the American Disabilities Act, should be on the Hotel-Motel national Master List of FEMA/United States Fire Administration. The bid must include the bidders DUNN (Dun and Bradstreet) number and proof they are registered in the Business Partner Networks Central Contractor Registration (CCR) system. You can register in the CCR at the following website: http://www.bpn.gov. FAILURE TO PROVIDE THIS INFORMATION WILL AUTOMATICALLY DISQUALIFY YOU. Meeting Space: July 13-16, 2004 and August 10-13, 2004 8:00am/24hour hold. one (1) general session room set up in rounds for 120 attendees and four (4) breakout rooms (8:00am/24hour hold) each holding thirty (30) attendees each set up with four to five round tables, chairs, pens, flipchart package, water service and on 24 hour hold. Meals: Dinner for 120 attendees from 6:00pm-7:30 on July 13, 2004 and August 10, 2004. Full breakfast, lunch and dinner for 120 attendees on July 14-15, 2004 and August 11-12, 2004 times will be assigned. Full breakfast and lunch for 120 attendees on July 16, 2004 and August 13, 2004 times will be assigned. Refreshments: To be served each morning and afternoon of the conference. Morning breaks may consist of refreshing coffee and Assortment of tea. July 14-15, 2004; August 11-12, 2004 afternoon breaks should include cold beverages and light snacks. Menus must be included in your proposal. Approximately 25% of all meals will be vegetarian/vegan; up to 1% will be kosher. All meals served double sided buffet. Equipment: One (1) flipchart stand and flipchart in registration area July 13-16, 2004; August 10-13, 2004. One (1) projector screen and overhead projector, a two-shelf audio-visual cart one (1) sound mixer, (1) CD Player (1) one cordless microphone, wiring for client?s laptop and LCD projector, (1) VCR in general session room. AV needs for the afternoon session include only the podium microphone, CD player and (2) easel and flip charts. (1) overhead projector in each of the four (4) breakout rooms-July 13-16, 2004; August 10-13, 2004 - 24 hour hold A staff office for 10-12 people is required with a set up (1) round table, 10 chairs, four (4) six-foot tables and one (1) easel with flipchart pad and telephone. A luggage room for Tuesday AM and Friday AM is helpful. Rental expenses for A/V equipment must be included in your proposal. Transportation: Shuttle service available to and from all area airports and or train stations on July 13 and July 16, 2004; August 10 and August 13, 2004. Miscellaneous: In submitting a bid please include inclusive pricing. Only sleeping room rental, meeting room rental and scheduled meeting costs for these guest 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. Responses to this RFQ are due at the above office by COB May 7, 2004. 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. 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 evaluations 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 52212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition. The following clauses listed in 52212-5(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 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 they you use USPS Priority mail services or a commercial overnight delivery service. Any proposals received after the due date will not be considered. Bids should be submitted to Inez Jackson, Training Specialist, Corporation for National and Community Service, 1201 New York Avenue, N.W. Washington, D.C. 20525 (202) 606-5000 Ext.468 (voice); (202) 565-2789 (fax) Not later than: May 7, 2004. Only facilities within a 12-mile radius of downtown Providence, Rhode Island and Warwick area need apply. Contract award is subject to availability of funds
 
Place of Performance
Address: Facilities within a 12 mile radius of downtown Providence, RI and Warwick area.
 
Record
SN00561346-W 20040409/040407211528 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.