SOLICITATION NOTICE
X -- X - LODGING/CONFERENCE SPACE/MEALS FOR A*VISTA PRE SERVICE ORIENTATIONS IN SAN JUAN
- Notice Date
- 6/12/2006
- Notice Type
- Solicitation Notice
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Corporation for National and Community Service, Procurement, Office of Procurement Services, 1201 New York Avenue, NW, Washington, DC, 20525
- ZIP Code
- 20525
- Solicitation Number
- HQKMR0602
- Response Due
- 7/12/2006
- Archive Date
- 2/28/2007
- 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 HQKMR0602 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 05-09. 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. Evaluation Criteria. This is a best value procurement and evaluation of offers which will be based on 1) qualifications, 2) past performance, 3) pricing. Technical and past performance is 80% of evaluation importance as compared to 20% of price. The associated NAICS code is 721110 and the small business size standard is $5,000,000.00. Compliance: The facility must comply with the American with Disabilities Act and be on the Hotel-Motel National Master List of FEMA/United States Fire Administration. 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. Offertory must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer or they will be considered non responsive. References must be included with our 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. Submit all proposals to the attention of Kelly B. Mitchell-Baynes. 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 Kelly B. Mitchell-Baynes at the Corporation for National and Community Service, 1201 New York Avenue, NW, Suite 8401-A, Washington, DC 20525. Phone number is 202.606.6869. ALL PROPOSALS SHOULD BE RECEIVED BY NO LATER THAN 12:00 NOON. NOTE: Third party responses are welcome, however direct responses are preferable. Third party responses should also have a letter from the hotel confirming that the dates are acceptable and shall provide three (3) references with responses to this solicitation. 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. The Corporation for National and Community Service, a Federal Government Corporation, intends to award a contract to a qualified vendor to provide lodging, conference space, and meals for an AmeriCorps*VISTA Pre Service Orientations. These events will take place in the San Juan Area in the following dates: August 21-24, 2006 February 12-15, 2007 April 23-26, 2007 August 27-30, 2007 Only hotels without a casino will be accepted. FAILURE TO PROVIDE THE ABOVE INFORMATION WILL AUTOMATICALLY DISQUALIFY YOU. The bidder should fall within the Federal per diem rate for the San Juan area for meals and lodging. All proposed prices should be inclusive. Bids must include per night sleeping rates and cost per person for each meal. Note that the CNCS is tax exempt; therefore, this should be taken into consideration in determine the price per room. The bidder should provide the name of an on-site contact and any charges for on-site representation. The person submitting the bid will have the right to negotiate on behalf of the hotel. The bidder should state if they have on-site parking and any costs associated with it. Note if there is a special daily rate for guests. Specifications for each of the four (4) activities will include the following: Registration: Two (2) large covered tables set up in the assigned registration area or outside the main meeting room beginning at 10:00 am on Day 1 and remaining until the conference conclusion on Day 4 at 5:00 pm. A message board should be set up and left in the registration area throughout the duration of the conference. Sleeping rooms: Minimum of 25 rooms to a maximum of 40 rooms in triple occupancy Minimum of 33 rooms to a maximum of 60 rooms in double occupancy Meeting Space: Day 1 (10:00 am-2:00 pm) one general session room with U Shape set up for fifteen (15) attendees. Day 1, (3:00 pm-9:00 pm) one general session room with round tables of 10 for a number of attendees between 60 and 80. Day 2 (8:00 am-9:00 pm) one general session room with round tables of 10 for a number of attendees between 60 and 80. Day 2 (8:00 am-5:00 pm) one breakout room with round tables of 9 for 27 attendees Day 3 (8:00 am-9:00 pm) one general session room with round tables of 10 for a number of attendees between 60 and 80. Day 3 (1:00 pm-5:00 pm) 1 breakout room with rounds tables of 10 for a number of attendees between 30 and 40) Day 4 (8:00 am-9:00 pm) one general session room with round tables of 10 for a number of attendees between 60 and 80. Day 4 (8:00 am -12:30 pm) one breakout room with round table of 10 for a numbers of attendees between 30 and 40. Meals: Day 1 -A.M. Break and Lunch for fifteen (15) attendees -PM Break and Dinner for a number of attendees between 60 and 80. Day 2-Day 4 -Full breakfast, AM Break, Lunch, PM Break, Dinner for a number of attendees between 60-80. Lunch only on Day 2 would include an additional 20 attendees. Times will be assigned. Menus must be included in your proposal. Equipment: Rental expenses for A/V equipment must be included in your proposal. Day 1 (8:00 am-9:00 pm) -One (1) projector screen in general session room -One (1) projector screens in the general session and breakout room -One sound system with handheld microphone in general session room -One Data projector for Day 2 from 8:00-5:00pm Miscellaneous: In submitting a bid, please present inclusive pricing. Only sleeping room rental, meeting room rental, and scheduled meeting costs for these guests should be included in this solicitation. Guests will be responsible to pay for any incidental or personal expenses such as telephone calls, room service, etc. Special requirements: Meeting rooms and at least 20% of sleeping rooms must be accessible to physically challenged individuals. At least 20% of each of the meals will be vegetarian or vegan.
- Place of Performance
- Address: SAN JUAN AREA
- Record
- SN01067617-W 20060614/060612220045 (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 |