Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2003 FBO #0637
SOLICITATION NOTICE

U -- Air Force Youth Space Camp

Notice Date
6/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
Reference-Number-F7SVP231340200
 
Response Due
6/16/2003
 
Point of Contact
TSgt Aubrey Lewis, Contract Specialist, Phone 210-652-5121, Fax 210-652-5135, - David Nix, Contract Specialist, Phone 210-652-5187, Fax 210-652-2759,
 
E-Mail Address
aubrey.lewis@randolph.af.mil, David.Nix@randolph.af.mil
 
Description
This is a combined synopsis/solicitation for commercial services 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. Reference number F7SVP231340200 is issued as a request for proposal (RFP). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-07. The applicable NAICS code for this requirement is 721214. The applicable size standard is $6M. Commerce Business Daily Note 1 applies to this requirement. The requirement is to conduct up to (20) extreme sports camps at various Air Force Bases throughout the continental United States for up to 10 to 17 to learn through experience the basic skills, newest techniques and safety measures of skateboarding and or roller blading on obstacles. Camps will be a week in length and be conducted in 4-hour daily sessions. If participants are out of school, a. Have an add-in price to conduct a second 3 hour daily session if the demand exist to reach maximum participation. Eg. A session for 10-13 and one for 14-17. This will allow for maximum participation. *Note: Youth staff may consolidate ages or conduct two sessions with same age division based on the needs of the population. The goal is to reach maximum participation within safe parameters. Contractor will provide two instructors per class, youth staff is required to have a staff member present during each session to maintain a 1 to 9 ratio. Class size will not exceed 27 participants and the contractor must ensure all instructors are component in both skateboarding and instructing youth and should have a minimum of 18 months of experience in instructing. Ensure instructors’ teaching techniques are developmentally age appropriate. The contractor will provide lesson plan for a 4-hour daily class for each day of the week to include but not limited to, safety, equipment care, basic fundamentals, and introduction into advance skills. Tailoring the lesson plan to age and capabilities at each specific camp. The government will provide ramps and obstacles for the class. The government will be responsible for advertising the event and taking registration information of participants. The contractor will coordinate all logistics with each host base youth point of contact in advance. To include times of camp each day, arrival information, and lodging support. Host base will pay the cost of the lodging for on or off base accommodations based on lodging availability. The contractor will provide a training sessions to base staff and volunteers on the basics of operating a skateboard park, to include but not limited to information on: safety and liability; Staffing; Park design and maintenance. The contractor will provide each base with a reference guide including programming operations guide and daily lesson plans. The contractor will Provide liability insurance coverage of at least $1 million. Has the capability to conduct two camps simultaneously at different locations. Has the ability to communicate effectively with parents and youths. Perform and have on file an individual security check on each instructor conducted by a nationally recognized organization. Has prior experience in the organization and conducting of youth skateboard camps. Contractor is responsible for all cost pertaining to travel and meals. Once host sites are determined from HQ AFSVA/SVPAC, contractor will be responsible to coordinate flights, and ground travel. When available the contractor will be permitted base lodging, if not accommodation will be reserved at a local off-base contract quarters. Personnel must be able to speak, read, write and understand English. The following clauses and provisions can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil: Provisions 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Provision 52.212-2, Evaluation - Commercial Items, is also applicable to this acquisition. The specific evaluation criteria for this provision is as follows: conformance to the specifications and price. Offers shall submit the following information: price proposal for aforementioned requirement. Offerors must also include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, which can be obtained at http://www.arnet.gov/far. Clause 52.212-4, Contract Terms and Conditions --Commercial Items. Paragraph (c) of this clause is tailored as follows: (c ) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriate data, etc., which may be changed unilaterally by the Government. Reference FAR 52.212-4, Paragraph (n) is hereby tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this contract shall pass to the government upon acceptance, regardless of when or where the Government takes physical possession. 212-5, Contract Terms and Conditions - Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with these additional FAR clauses marked: 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.22-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.225-13 Restrictions on Certain Foreign Purchases; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332, Required Central Contractor Registration; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; and 52.252-2, Clauses Incorporated by Reference (Feb 1998). In addition, DFAR 252.204-7004, Required Central Contractor Registration. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. All responsible parties capable of providing the above must submit a written price quote to include discount terms, cage code, and firm evidence of their ability to perform. All responses will be considered. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may apply through the Internet at http://www.ccr2000.com/. Responses to this notice shall be provided in writing to the attention of TSgt Aubrey Lewis, 12 CONS/LGCB, 395 B Street West, Suite 2, Randolph AFB TX 78150-4525, via e-mail at mailto:aubrey.lewis@randolph.af.mil or faxed to (210) 652-2759 no later than 16 June 03, 5:00 P.M. (CST). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (04-JUN-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 26-AUG-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/RandAFBCO/Reference-Number-F7SVP231340200/listing.html)
 
Place of Performance
Address: 395 B Street WEST, Suite 2 Randolph AFB TX
Zip Code: 78150-4525
Country: USA
 
Record
SN00413221-F 20030828/030827084331 (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  © 1994-2020, Loren Data Corp.