Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2004 FBO #0934
SOLICITATION NOTICE

X -- Lease or rental of facilities

Notice Date
6/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Corporation for National and Community Service, Procurement, North Central Service Center, Metcalfe Building 77 West Jackson Boulevard, Suite 442, Chicago, IL, 60604-3511
 
ZIP Code
60604-3511
 
Solicitation Number
NCSC0402
 
Response Due
6/25/2004
 
Archive Date
7/10/2004
 
Point of Contact
Thomas Wiora, Grants and Contracts Officer, Phone (312) 353-7750, Fax (312) 353-5343,
 
E-Mail Address
twiora@cns.gov
 
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 NCSC-04-02 and is issued as a request for a quotation (RFQ). This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-23. The provisions at 52.212.1, Instructions to Offerors?Commercial, apply to this acquisition. The provisions at 52.212-2, Evaluation-Commercial Items, apply to this acquisition. Evaluation Criteria: bidders will be evaluated based on 1) qualifications, 2) past contract performance, 3) pricing. Pricing will be evaluated on best value to the government for the total fixed price for base year plus option years for investigation services and price per hour for legal services. The associated NAICS code is 721110 and the small business size standard is $5,000,000.00. Offerors must be registered in the Business Partner Network's Central Contractor Registration (CCR) database. You can register in the CCR at the following web site: 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 References must be included with your offer. 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. 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. The Corporation for National and Community Service (CNCS) (a federal government agency), North Central Cluster Training Division is planning a Pre-Service Orientation (PSO) for potential AmeriCorps*VISTA members and Supervisors Trainings. The number of attendees is estimated to be 100 to 150. CNCS will award a contract to one vendor in the Chicago O?Hare, IL area who can provide lodging, catering, and meeting space. All projections and logistics are subject to change. The preferred date for the event is July 18-21, 2004. AmeriCorps*VISTA is a federal program which places members in low-income communities to assist communities in alleviating poverty. Pre-Service Orientation is for potential members who will be contemplating joining our community service initiative. Shuttle service to O?Hare Airport is requested. Facilities that do not have such a service should include an explanation of the shuttle transportation available and indicate any cost. The tentative needs for each event are as follows: Registration Area: Day 1: A registration area with one 6-foot skirted table and 2 chairs set up outside the general session room. One wastebasket is also needed. An area should be designated for luggage until sleeping rooms are available. Dinner served at 5:00 p.m. Meeting Rooms: Days 2 through 7: General session for 100 ? 150 people in rounds of 8 chairs per table, 4 to 8 breakouts for 40 people each, and a hospitality room*. *Hospitality room can be the same room dinner is being served. One meeting room for approximately 10 - 15 staff members/consultants. Note: All meeting rooms should be set in rounds and ink pens should be provided daily. Also, no double usage of meeting space. (For example, BO turns into Gen. Session.) Sleeping Rooms: 50 to 75 double/doubles and 20 to 40 singles. Participants will be arriving on Sunday, the day before the event, and depart on Wednesday afternoon. CNS will provide a rooming list. All sleeping rooms, meals and AV charges should be direct billed. Program Outline and Meals Required: Day 1: Registration and dinner. Day 2: breakfast, lunch, 1 coffee break, 1 refreshment breaks, dinner, and hospitality area. Day 3: Breakfast, General Session (100 ? 150 people) lunch, breakout Session 30 ?40 people, 1 coffee break, 1 refreshment break, dinner, hospitality area. Day 4: participants checkout-(designated luggage area needed.) The general session room should have a podium, a microphone, a table for materials beside the podium and a flipchart with markers. A flip chart with markers should be available in each breakout room and a table for materials at the front of the room. Tentative agenda subject to change. Additional audio needs will be determined as needed. Additional Information: FACILITY MUST BE HANDICAP ACCESSIBLE and FEMA approved. Bids must include the following information: 1. Per night sleeping room rate for single and double occupancy, not including tax. Include room tax separately. 2. A per person cost for all catering. 3. Charges for meeting room space and audio-visual. 4. If not complimentary, transportation costs to facility. All bids are due by COB June 25, 2004. Submit all proposals to the attention of Sonya Staples. All proposals 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. Faxed proposals are not permitted. Proposals should be submitted to Sonya Staples at Corporation for National and Community Service, 77 W. Jackson Blvd., Ste. 442, Chicago, IL 60604. Phone number is (312) 353-72189. Due to delays in delivery of regular USPS mail to 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. Only facilities within the Chicago O?Hare, IL area need to apply.
 
Place of Performance
Address: Chicago O'Hare, IL area
 
Record
SN00603289-W 20040617/040615211516 (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.