Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2004 FBO #1005
SOLICITATION NOTICE

U -- Children's Theater Camp

Notice Date
8/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
611610 — Fine Arts Schools
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
Reference-Number-F4SVP4423203
 
Response Due
9/7/2004
 
Archive Date
9/22/2004
 
Point of Contact
Courtney Linde, Contract Specialist, Phone 210-652-5117, Fax 210-652-2759, - Susan Brett-Farnsworth, Contract Specialist, Phone 210-652-5187, Fax 210-652-2759,
 
E-Mail Address
courtney.linde@randolph.af.mil, Susan.Brett-Farnsworth@randolph.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a 100% small business set aside combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 6.302. Award will be made in accordance with FAR Parts 12 and 13.5 using Simplified Acquisition Procedures (SAP), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being accepted and a written solicitation will not be issued. The government intends to award a sole source requirement to The Missoula Children?s Theater. Purchase Request Number F4SVP4423203 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. The NAICS Code is 611610; size standard $6M. Award is anticipated on 13 Sep 04. Interested persons may express their interest and capability to respond to the requirement by submitting proposals by 7 Sep 04, 2:30 P.M. (CT). STATEMENT OF WORK ?Performing Arts Youth Specialty Camp? 1. INTRODUCTION: The Family Member Programs Division has a need to provide performing arts specialty summer camps for youth. 2. SPECIFICS OF SERVICE: Contractor will provide two performing arts specialty camps each for 44 youths between the ages of 14 and 18. Family member programs will provide seven adult counselors for each camp. Camp must include instructional development in music, dance, drama and other related skills. Contractor will ensure each participant is able to participate in at least one production in an established theater. Contractor will provide air transportation for each participant from the airport closest to his or her residence to the camp location and return to the same airport. All participants must be scheduled to leave training site/airport before the last flight of the day departs for their return location. Contractor will provide appropriate transportation for each participant from the airport to camp location and return to the airport at the conclusion of the camp. Contractor will provide one camp T-shirt for each participant and all materials, resources, needed at no cost to the participant. Contractor will provide lodging and meals for 44 youth and 7 adults. Meals and lodging must be provided at the camp location. Contractor will provide on site 24-hour resident registered nurse. Contractor must provide an area for swimming and outdoor activities. Contractor must provide an on site lifeguard, with current certification, at all times when swimming or other water activities are available. Contractor will conduct the camps on 19-26 Jun 05 and 24-31 Jul 05 to include the travel days for participants. 3. PROFESSIONAL REQUIREMENTS OF CONTRACTOR: Contractor must have an ongoing and proven training and education program that prepares adults and youth with no previous theater arts or performing arts training to develop and carry out a basic youth/adult theater program, stage youth/adult talent shows, and other community participation events. Contractor must have a professional performing arts staff with at least 3 years experience working with Air Force community/youth center programs that includes experience implementing and providing children?s theater on a military installation and at least 10 years experience developing and implementing children?s theater in the civilian community. Contractor must show recognition from at least one national organization such as the Boys and Girls Clubs of America, 4-H, Boy Scouts, or Girl Scouts. Contractor personnel must be able to speak, read, write and understand English. 4. PERIOD OF PERFORMANCE: 19-26 Jun 05 and 24-31 Jul 05 to include the travel days for participants. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. Interested parties capable of providing the above must submit written price quote to include discount terms and cage code. All responses will be considered, but must be submitted on the requirement included in this synopsis. Since award will be based on initial responses, it is encouraged to offer your most advantageous pricing in your initial response. 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 call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. As the award will be made using (SAP), the evaluation procedures at FAR 13.106-2 will be used. All responsible sources may submit a quote. Responses to this notice shall be provided in writing via e-mail to A1C Courtney Linde or TSgt Susan Brett-Farnsworth at courtney.linde@randolph.af.mil or susan.brett-farnsworth@randolph.af.mil no later than 07 Sep 04, 2:30 P.M. (CT). The following clauses and provisions can be viewed through Internet access at the AF FAR Site, http://farsitehill.af.mil. Offerors must also include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, 52.219-1, Small Business Program Representations, and 52.219-1 Alternate I, Small Business Program Representation and DFARS 252.212-7000, Offeror Representations and Certifications?Commercial Items. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following clauses also apply: 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: (1) Administrative changes such as changes in the paying office, appropriation data, etc. (2) No cost amended shipping instructions (ASI) if?(A) The ASI modifies a unilateral purchase order, and (B) The contractor agrees verbally or in writing, (3) Any change made before work begins if?(A) The change is within scope of the original order, (B) The contractor agrees; (C) The modification references the contractor?s verbal or written agreement. 52.212-5, Contract Terms and Conditions ? Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items with these additional FAR clauses marked: 52.222-26, 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); 52.222-37, 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); 52.204-6, Data Universal Numbering System; 52.204-7004, Required Central Contractor Registration; 52.252-2, Clauses Incorporated by Reference (Feb 1998). In addition, DFAR 252-212-7001 with these additional clauses being applicable: 252.204-7004, Required Central Contractor Registration; and 252.232-7009, Payment by Electronics Funds Transfer. Quotes are due not later than 2:30 P. M., Central Standard Time (CST), 7 Sep 04 and should reference the solicitation listed above. POC for this requirement is A1C Courtney Linde, 210-652-5111, courtney.linde@randolph.af.mil or fax (210) 652-2759 not later than 4:30 P. M. (CST) 7 Sep 2004.
 
Place of Performance
Address: MISSOULA, MONTANA
 
Record
SN00653696-W 20040827/040826074949 (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.