Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2005 FBO #1195
SOLICITATION NOTICE

X -- Hotel Services for AmeriCorps*VISTA PSO

Notice Date
3/3/2005
 
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
AT-04-25-2005
 
Response Due
3/23/2005
 
Archive Date
4/7/2005
 
Description
The Corporation for National and Community Service, a wholly 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. AmeriCorps*VISTA is a federal program which places members in low-income communities to mobilize resources and increase the capacity of those communities to solve their own problems. This event will take place in the San Juan, Puerto Rico Area, April 25-28, 2005. The facility must comply with the American with 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 Network 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. Only proposals for hotels without casinos will be accepted. The requirements for this event are as follows: Registration: Two (2) large covered tables set up in the assigned registration area or outside the main meeting room beginning at 7:30a.m. on April 25 and remaining until the conference conclusion. A message board should be set up and left in the registration area throughout the conference. Sleeping rooms (aprox): Six (6) doubles April 25-27 three nights, Thirty-Nine (39) doubles April 26-27 two nights OR five (5) triples April 25-27, three nights, thirty (30) triples April 26-27 two nights. Meeting Space: April 25 a meeting room for 15 people in "U" shape; April 26 (7:30am-9:00pm) one general session room with round tables of 10 for ninety (90) attendees. April 27 (8:00am-9:00pm) one general session room with round tables of 10 for ninety (90) attendees 1 breakout room 45 attendees with round tables; April 28 (8:00am-5:00pm) one general session room with round tables of 10 ninety (90) attendees 1 breakout room one for 45 attendees. Meals: Coffee break and dinner for 15 attendees on April 25. Full breakfast and lunch for ninety (90) attendees on April 26-28, 2005 times will be assigned. Refreshments: To be served each morning and afternoon of the conference. Morning breaks may consist of refreshing coffee and tea, April 26-28; afternoon breaks should include cold drinks and light snacks, April 26-28. Menus must be included in your proposal. Equipment: One(1) projector screen April 26-28 in general session room and one (1) projector screen April 27-28 in the breakout room, one sound system with handheld microphone in general session room, 8:00am-9:00pm. Rental expenses for A/V equipment must be included in your proposal. Miscellaneous: In submitting a bid, please include inclusive pricing. Only sleeping room rental, meeting room rental, and scheduled meeting cost for these guest should be included in this solicitation. Incidentals: The guest 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 attendees at meals will be vegetarians or vegan. Responses to this RFQ are due at the office listed at the bottom of this RFQ by COB March 23,2005. 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. Bid proposals MUST include the following information to be considered: 1.) Per night sleeping room rate for single and double occupancy 2.) Cost PER PERSON for all catering (due to our status as a federal corporation we will only consider food costs which fall within the federal per diem for your area). 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 costs. The solicitation number is AT-04-25-2005 and is issued as a request for a quotation (RFQ). 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 Loretta de Cordova, State Program Director, Corporation for National and Community Service, U.S. Federal Building, 150 Carlos Chardon Ave., Suite 662, Hato Rey, Puerto Rico 00918-1737, (787) 766-5247 (voice); (787) 766-5189 (fax) Not later than: March 23, 2005. Only facilities within the San Juan, Puerto Rico area need apply. Contract award is subject to availability of funds Responses to this RFQ are due at the above office by COB 3/23/2005
 
Place of Performance
Address: In the San Juan Puerto Rico Area.
Zip Code: 00918-1737
Country: USA
 
Record
SN00761558-W 20050305/050303211519 (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.