Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2005 FBO #1377
SOLICITATION NOTICE

U -- Specialty Camp-Theater Arts Workshops

Notice Date
9/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
611610 — Fine Arts Schools
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
Reference-Number-F3PT5K5223A100
 
Response Due
9/12/2005
 
Archive Date
9/27/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This requirement is a 100% small business set aside. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12.6. 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. Purchase Request Number F3PT5K5223A100 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. The NAICS Code is 611610; size standard $6,000,000.00. Interested persons may express their interest and capability to respond to the requirement by submitting proposals no later than 12 Sep 05, 2:30 P.M. (CT). 1. SCOPE: 1.1 Air Force Services Family Member Program has sponsored the youth Specialty Camps since 1999. Professionals with an expertise in their field will conduct the specialty camps. The experts will travel to each Air Force Base to conduct the camps. 2. TRAINING: 2.1. The objective of training is to offer two (2) programs at designated Air Force Bases: a camp for youth and one day training for staff. This program should be a Broadway-type Performing Arts Specialty Camp. 2.1.1. Contractor shall provide weeklong camps to youth ages 7-18. Camps offer an opportunity to learn through experience, the skills needed to participate in a one-act theatre performance. 2.1.2 Conduct a basic education seminar for staff and volunteers covering the organization of children?s theatre programs. 3. CONTRACTOR RESPONSIBILITIES FOR YOUTH CAMP: 3.1. Conduct up to 5 theatre camps at various Air Force Bases throughout the continental United States. 3.2. Camps will be a week in length (5 days) and will be conducted as a minimum in 6-hour daily sessions. 3.3. Contractor shall ensure camps include sessions on set building, costuming and lighting to help individuals who are interested in ?back stage? work. 3.4. Provide hands-on technical training as well as lectures designed to prepare participants to implement theater programs, talent shows, and other community participation events. 3.5. Contractor shall have participants conduct a performance of (at least) one original play offering entertaining and educational values to culminate the week?s sessions. Participants must have the opportunity in the performance to demonstrate their knowledge of acting, singing, dancing, costuming, and set design. 3.6. Contractor shall ensure each participant is able to participate in the production. 3.7. Provide the base youth staff with all workshop materials, resources, in order to continue providing positive theatre experience for youth. Materials include 14 reproducible plays with subjects that include ethics decisions, responsible choices, and decision-making to improve the moral compass of youth. 3.8. Contractor shall coordinate logistical requirements for program with the host site project officers at HQ AFSVA/SVPY or base Point of Contact (POC). Coordination should include but not limited to: time of camp/training each day, location of program, shipping address and direction to the base. Arrival time should be coordinated so base access can be permitted. Logistical coordination should begin in Sept 05 and camp/training shall be completed by 30 Sep 06. 3.9. Contractor shall be responsible for his/her travel arrangement and expense incurred. Airfare or ground travel to and from each host site should be the most advantageous mode of travel based on cost. Meal cost is the responsibility of the contractor. 4. CONTRACTOR RESPONSIBILITIES FOR EDUCATIONAL SEMINARS: 4.1. Contractor shall conduct up to 20 educational one-day seminars at selected bases for youth staff and volunteers covering the organization of children?s theatre programs. Seminars are to include hands-on technical training as well as lectures designed to prepare participants in implementing theater programs and training in the development of a full-scale theatre production. Seminar should include how to conduct auditions and rehearsals that culminate in a finished theatre production ready for public performance. Provide a ?how-to? discussion in which staff would participate in but not limited to theatre games for children, warm up activities, and instructional aides. 4.2. Contractor shall provide each base hosting a seminar a complete 14-reproducible play package with an Operation and Procedures Guide, all necessary materials and resources at no cost for each facility. Shipping cost of the materials is the responsibility of the contractor. 4.3. Contractor shall coordinate logistical requirements for program with the host site project officers at HQ AFSVA/SVPY and base POC. Coordination should include but not limited to: time of camp/training each day, location of program, shipping address and direction to the base. Arrival time should be coordinated so base access can be permitted. Logistical coordination should begin in Sept 05 and camp/training should be completed by 30 Aug 06. 4.4. Contractor shall be responsible for his/her travel arrangement and expense incurred. (Airfare or ground travel to and from each host site should be the most advantageous mode of travel based on cost.) Meal cost is the responsibility of the contractor. 5. PROFESSIONAL REQUIREMENTS OF CONTRACTOR: 5.1. Contractor must have an ongoing and proven training and education program that prepares adults and youth with no previous theatre arts or performing arts training to develop and carry out a basic youth/adult/ theatre program, stage youth/adult talent shows, and other community participation events. 5.2. Contractor must demonstrate current experience in working with children/youth ages 7-18. 5.3. Contractor must show recognition from at least one national organization i.e. Academic Excellence Award, Innovative Teaching Concepts Award of Excellence. The International Child Art Foundation etc. by submitting a copy of the Certificate to the Point of Contact at HQ AFSVA/SVPY ten (10) days after contract award. 5.4. Contractor must be willing to provide any/all of the 14 Original Plays including but not limited to: Finding Cinderella, Merlin and the Magic Sword, Ghost at Goat Rock, Rhinestone Ranger, Sir Gawain and the Loathly Lady, The Story of Valentine?s Day, Inner Winners, Halloween Court, Squanto and the First Thanksgiving, Cat and Mouse, The Rocking Horse, No?.I Said No, It?s Cool and Robin Hood & His Merry Men and Women. 5.5. Contractor must ensure that personnel be able to speak, read, write and understand English. 5.6. Contractor must perform and have on file an individual security check on each instructor conducted by a nationally recognized organization in ensure prevention of child abuse and drug screenings. Documentation must be sent to HQ AFSVA/SVPY and required prior to start of camps. 5.7. For the Youth Camp: Host base will pay the cost of contractor?s lodging beginning with Sunday night check-in and ending on Saturday at checkout time. When available the contractor will be permitted base lodging, if not accommodation will be reserved at a local off-base contract quarters at no cost to the contractor. 5.8. For the One Night Camps: Host base will pay the cost of contractor?s lodging based on dates coordinated for the one-day camp. When available the contractor will be permitted base lodging, if not accommodation will be reserved at a local off-base contract quarters at no cost to the contractor. 5.9. Contractor must provide liability insurance coverage of at least $1 million. Proof of insurance shall be provided to HQ AFSVA/SVPY and AETC CONS/LGCK ten (10) days prior to first camp being conducted. Youth Specialty Camps will be conducted at the following locations for Theater Arts Youth Camp: VANDENBERG AFB, CA; OFFUTT AFB, NE; ANDREWS AFB, MD; HILL AFB, UT; and KEESLER AFB, MS. Theater Arts Youth Training will be conducted at the following locations: CHARLESTON AFB, SC; KIRTLAND AFB, NM; TRAVIS AFB, CA; BARKSDALE AFB, LA; HOLLOMAN AFB, NM; SEYMOUR JOHNSON AFB, NC; SHAW AFB, SC; LOS ANGELES AFB, CA; PETERSON AFB CO; EDWARDS AFB, CA; WRIGHT-PATTERSON AFB, OH; FAIRCHILD AFB WA; MCCONNELL AFB, KS; POPE AFB, NC; SCOTT AFB, IL; GOODFELLOW AFB, TX; MAXWELL/GUNTER AFB, AL; SHEPPARD AFB, TX; AF ACADEMY, CO; and HURLBURT FIELD/EGLIN, FL The Contract Line Items: 0001. Conduct 20 one-day Staff Training at 20 different Air Force Bases in accordance with Statement of Work. 0002. Conduct Five (5) one-week Youth Theater Arts Camp at five (5) different locations in accordance with Statement of Work. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. Evaluation will be based on low price, Past Performance, and Compliance with the Statement of Work. Past performance needs to be of similar size, acquisition and scope and be within the last 5 years. All responses will be considered, but must be submitted on the requirement included in this synopsis and provide the following information for past performance: Program/Project Title; Contracting Agency/Company (including address); Contract Number; Description of Contract/Project Effort; Period of Performance; Contract Dollar Value, and Name, Title, Current Address and Telephone Number of Contracting Officer, Project Manager or Administrative Contracting Officer or key points of contact with knowledge of the specific contract/project. 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. Since the award will be made using SAP, the evaluation procedures at FAR 13.106-2 will be used. Responses to this notice shall be provided in writing (with original signature/date) to the attention of Vera Booker, 2021 First Street West, Randolph AFB, TX 78150-4302 not later than 12 Sep 05, 2:30 P.M. (CT). A copy may be e-mailed to (vera.booker@randolph.af.mil) or faxed to 210-652-3445. Point of contact: Vera Booker, Contracting Officer, 210-652-3073. Alternate Point of Contact: Capt Deborah Marks, Contract Negotiator, 210-652-3260. The following clauses and provisions are applicable and can be viewed on the Internet at the Air Force FAR Site, http://farsite.hill.af.mil. 1. Offerors must also include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items 4. 252.212-7000, Offeror Representations and Certifications?Commercial Items. 5. 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. 6. 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. which may be changed unilaterally by the Government. 7. 52.204-6, Data Universal Numbering System. 8. 52.204-7, Central Contract Registration 9. 252.204-7004, Alternate A 10. 52.252-1, Solicitation Provisions Incorporated by Reference (Fill-in: http://farsite.hill.af.mil) 11. 52.252-2, Clauses Incorporated by Reference 12. 52.212-5, Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, with these additional FAR clauses marked: (a). 52.222-26, Equal Opportunity (E.O. 11246); (b). 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); (c). 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793) (d). 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212) (e). 52.222-41, Service Contract Act of 1965, as Amended; (f). 52.222-42, Statement of Equivalent Rates for Federal Hires (GS 0188/GS 11; $21.68) (g). 52.252-1, Solicitation Provisions Incorporated by Reference and 52.252-2, Clauses Incorporated by Reference (h). 52.232-33,Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332) (i). 52.219-6, Notice of Total Small Business Set-Aside (j). 52. 222-21, Prohibition of Segregated Facilities (k). 52.204-6, Data Universal Numbering System. 13. DFAR 252-212-7001 with these additional clauses being applicable (a). 252.232-7003, Electronics Submission of Payment Request. The following Wage Determinations Apply. To retrieve a Wage Determination, copy the link and paste it into your Web browser. The Wage Determination Number, i.e., 1994-2079, Rev:29, is not a part of the link. http://www.dol-esa.gov/sf98/getwd.htm?wdid=26462 1994-2079 Rev: 29 http://www.dol-esa.gov/sf98/getwd.htm?wdid=27038 1994-2011 Rev: 30 http://www.dol-esa.gov/sf98/getwd.htm?wdid=27046 1994-2215 Rev: 26 http://www.dol-esa.gov/sf98/getwd.htm?wdid=27066 1994-2103 Rev: 34 http://www.dol-esa.gov/sf98/getwd.htm?wdid=27080 1994-2473 Rev: 31 http://www.dol-esa.gov/sf98/getwd.htm?wdid=27095 1994-2525 Rev: 26 http://www.dol-esa.gov/sf98/getwd.htm?wdid=27152 1994-2043 Rev: 27 http://www.dol-esa.gov/sf98/getwd.htm?wdid=27159 1994-2063 Rev: 26 http://www.dol-esa.gov/sf98/getwd.htm?wdid=27208 1994-2361 Rev: 28 http://www.dol-esa.gov/sf98/getwd.htm?wdid=27222 1994-2309 Rev: 32 http://www.dol-esa.gov/sf98/getwd.htm?wdid=27225 1994-2325 Rev: 30 http://www.dol-esa.gov/sf98/getwd.htm?wdid=27242 1994-3033 Rev: 04 http://www.dol-esa.gov/sf98/getwd.htm?wdid=27246 1994-2393 Rev: 29 http://www.dol-esa.gov/sf98/getwd.htm?wdid=27290 1994-2047 Rev: 27 http://www.dol-esa.gov/sf98/getwd.htm?wdid=27320 1994-2517 Rev: 29 http://www.dol-esa.gov/sf98/getwd.htm?wdid=27326 1994-2419 Rev: 27 http://www.dol-esa.gov/sf98/getwd.htm?wdid=27332 1994-2069 Rev: 25 http://www.dol-esa.gov/sf98/getwd.htm?wdid=27336 1994-2235 Rev: 30 http://www.dol-esa.gov/sf98/getwd.htm?wdid=27338 1994-2475 Rev: 28 http://www.dol-esa.gov/sf98/getwd.htm?wdid=27340 1994-2301 Rev: 28 http://www.dol-esa.gov/sf98/getwd.htm?wdid=27372 1994-2511 Rev: 27 http://www.dol-esa.gov/sf98/getwd.htm?wdid=27380 1994-2565 Rev: 23 http://www.dol-esa.gov/sf98/getwd.htm?wdid=27473 1994-2531 Rev: 28 NOTE: If an offeror is unable to retrieve the Wage Determinations, contact Vera Booker via e-mail: vera.booker@randolph.af.mil or 210-652-3073. Alternate Point of Contact is Capt Deborah Marks, deborah.marks@randolph.af.mi or 210-652-3260.
 
Place of Performance
Address: Multiple Locations identified in the Statement of Work
Country: USA
 
Record
SN00884907-W 20050903/050901212232 (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.