Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2007 FBO #1952
SOLICITATION NOTICE

X -- AUSTIN STATE OFFICE VISTA MEMBERS LODGING/MEETING SPACE

Notice Date
3/30/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HQKMR0708
 
Response Due
4/12/2007
 
Archive Date
4/13/2008
 
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 HQKMR0708 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 05-16 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. 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 (when combined are significantly more important than price. 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. 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 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. 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 lodging, conference space and meals for the In-Service Training event in Austin, TX on May 1-4, 2007. Only facilities in the Austin, TX area need to apply to their respective event(s). The Austin State Office VISTA Members require a facility to hold a meeting for the following minimum requirements: PRICE: All proposed prices must be inclusive. For example, audio-visual rentals and the cost of food must include gratuity if applicable. The corporation is a ?Tax-Exempt? Government agency and will supply a tax-exempt certificate upon award of the purchase order. Double Sleeping Rooms (2 beds) 35 rooms x 5 nights: Single Sleeping Rooms 5 rooms x 5 nights: Meeting Rooms 1 Gen. Session: 75 (rounds of 6-8) 3 Breakouts (4 days): 30 (rounds of 6-8) Note: All breakout rooms should be available and set-up the day of arrival (i.e. May 1, 2007 so facilitator can prep for the next day. Meals Breakfast 85 Lunch 85 Dinner 85 AM Break 85 PM Break 85 Meal Area 1 large area 85 Audio/Visual Equipment Easels Flipchart w/markers Microphone with podium (1 Lavaliere and 1 wired) Overhead projector w/screen Sound Mixer Travel/Parking Form of Travel (to/from Seatac Airport) Hotel Shuttle Bus Commercial Bus/Shuttle Guest Parking at Facility COST BREAKDOWN Sleeping Rooms - $ Meeting Rooms - $ Meals - $ Audio-Visual Equipment - $ TOTAL ESTIMATED COST: $______ STATEMENT OF SERVICES: 75 participants will check in on Tuesday, May 1st and check out on Friday, May 4th. Sleeping accommodations for May 1st through May 4th must include: 35 double occupancy and 5 single occupancy rooms. 25% of all sleeping rooms must be accessible to persons with disabilities. The guests will pay their own personal expenses i.e. telephone calls, room service, etc. For participants arriving before check-in, an area should be designated for luggage storage. The facility should be able to accommodate up to 85 people for buffet meals May 1st to May 5th. The chosen vendor must provide up to 25% vegetarian and vegan meals. The catering needs are as follows: Dinner on Day 1 (May 1st). Full hot Breakfast/lunch/dinner with mid-morning and afternoon breaks on Day 2 and 3 (May 2nd ? 3rd). Full hot Breakfast, mid-morning break and box lunch on Day 4 (May 4th). Additionally, the facility should be able to hold up to 75 (8 chairs in rounds) for General Sessions and have at least 3 breakout rooms. All rooms (General Session and Breakouts) should be accessible to persons with disabilities. All rooms (General Session and Breakouts) should be set with #2 lead pencils, water service, and should be available from 7:30 a.m. to 8:00 p.m. Additional meeting room requirements are as follows: Registration area (May 1st-4th) with (4) six-foot skirted tables and chairs. General Session Rooms (May 1st-4th) should be set in rounds for up to 75 people. The Breakout Rooms (May 1st-4th) should include: (3) breakout rooms set (8 chairs in rounds) to accommodate up to 30 people each with overhead projector, screen, two (2) easels and butcher paper packages, and markers. Separate rooms are needed for General Session, breakout sessions, and meals. Anticipated or Known Dates of Event: May 1-4, 2007 General Location: Only those vendors in the Austin, TX area need to respond. Anticipated Attendees: We anticipate 80 persons to be in attendance at the conference. (Note: There may be up to 10 percent variation between time of bid and conference event: We will confirm actual numbers 20 days prior to the event. Handicap Accessibility: 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. 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. (We will notify the successful bidder of all known special accommodations required prior to conference.) 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. Guest Expenses Covered: The Corporation will only be responsible for the costs associated from registered guests of the conference in the following areas: ? Actual room/lodging ? Provided conference meals , including breaks NOTE: Other incidentals such as telephone calls, room service, movies, etc. will be the responsibility of each guest and therefore not chargeable to the Corporation. Additional considerations: Does your facility offer the following services to guests and conferees: -- Free parking for guests? Yes No -- Free van or limousine service to and from the airport? Yes No If not, what transportation is available and what cost? -- Is there a charge for telephones in the rooms? Yes No Special requirements: At least 25 % of the attendees at meals will be vegetarians or vegans. 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. (We will notify the successful bidder of all known special accommodations required prior to conference) NOTE: Please provide your company?s FEMA number, DUNS number and TIN number with your proposal. All proposed prices must be inclusive. For example: audio-visual rentals and the cost of food must include gratuity, if applicable. 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. Fax and email 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 1 ORIGINAL AND 4 COPIES SHOULD BE RECEIVED BY NO LATER THAN 4:00 PM ON THURSDAY, APRIL 12, 2007. 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 (e.g. FedEx, DHL, or Commercial Courier).
 
Place of Performance
Address: AUSTIN, TX
Zip Code: 78701
Country: UNITED STATES
 
Record
SN01262677-W 20070401/070330220107 (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 |
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.