Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2005 FBO #1389
SOLICITATION NOTICE

U -- YOUTH ADVENTURE CAMP SERVICE

Notice Date
9/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 700 CONS, Ramstein AB UNIT 3115, APO, AE, 09094-3115
 
ZIP Code
09094-3115
 
Solicitation Number
Reference-Number-FA5613-05-NOTICE-ADVENTURE-CAMP
 
Response Due
9/16/2005
 
Archive Date
10/1/2005
 
Description
DESCRIPTION: This is a combined synopsis/notice for commercial items prepared in accordance with FAR part 12, as supplemented with the Statement of Work (SOW) included in this notice. This announcement constitutes the only notice and a written solicitation will not be issued. THIS IS AN URGENT AND COMPELLING SOLE SOURCE REQUIREMENT PURSUANT TO FAR PT 6 for SUMMER DAY CAMP SERVICES (ADVENTURE) at various USAFE Community Center Programs at overseas locations. 1. The solicitatioon/Reference number: FA5613-05-NOTICE-ADVENTURE CAMP issued as a Request for Quotation. 2. The Set-aside Program: Not applicable. 3. Period of Performance: 29 Sep 05 thru 28 Sep 06, with overseas programs on site from 14 June 06 ? 25 Aug 06; plus continued contractor services, if required, at any or all sites listed herein during summer of 2007, subject to funds availability. 4. Item: Purchase of non-personal services to include all labor, materials, transportation, to staff and operate a summer camp program for Air Force bases listed below: SECTIONS 1-4 BELOW- SOW-DESCRIPTION OF CONTRACTOR PROVIDED SERVICES: The contractor shall provide: 1.1. General Camp Organization: The Summer Camp program is a six-hour program with youth ages 6 to 12 and another 2 hours of administrative/set up time. One day per week, the camp shall operate for eight hours for field trips. 1.2. Staffing for Summer Camp Program: Staffing at the Summer Camp program shall consist of, sophomore, junior, senior and/or graduate level students who will assume the duties of camp counselors. These students are majoring in recreation/leisure services, physical education, education and/or person with knowledge and skills to add professionalism to the program. - Academics for the position of Camp Counselor, as a minimum are: - Sophomore, junior or senior standing at the university majoring in appropriate field of study, i.e, recreation/leisure/physical education, education or related field. If conducting specialty camp, must have completed undergraduate studies in the area of assigned responsibilities, i.e., sports, arts and crafts, social programming and so forth. Have previous experience as a youth counselor in summer programming or with experience related to youth counseling at state/federal level. 1.3. Locations and Staffing: a. Kleine Brogel, Belgium. Two counselors from 26 Jun 06 ? 29 Jul 06 b. Volkel, Netherlands. Two counselors from 03 Jul 06 -11 Aug 06 c. Buechel, Germany. Two counselors from 18 Jul 06? 11 Aug 06 d. Stavanger, Norway. Two counselors from 14 Jun 06 ? 25 Aug 06 e. Ghedi, Italy. Two counselors from 21 Jun 06 ? 25 Aug 06 f. Geilenkirchen, Germany, Two counselors from 21 Jun 06? 20 Aug 06 g. Moron, Spain, Two Counselors from 21 Jun 06 ? 20 Aug 06 - Camp Counselors shall arrive on each base 5 calendar days prior to the start of camp, to in-process to the base, and to learn the facility and locale. - The contractor shall provide HQ USAFE/A7SPCYwith names and Social Security Numbers of Program staff and their arrival information. The participating installations will provide the contractor with the orientation and prep time dates, date for the camp session, as well as point of contact (POC) with commercial FAX and telephone numbers. - Supervisory Controls shall be provided as follows: -Youth to be served in the programs shall be US military and eligible civilian youth 6-18 years of age. - Participant to Counselor ratios shall be no greater than 12 to 1. These ratios may include the use of summer hires/local staff only if they have been trained by contractor staff prior to the implementation of programs to ensure that they understand the program, mission, planning strategies, preferred leadership methods, philosophy, etc. 1.4. Contractor provided services: The contractor provided camp director and counselors shall plan, organize, schedule and conduct a well rounded summer program that offers children and/or adolescents an opportunity to engage in a variety of age appropriate recreational activities that foster the mental, social, and physical well-being of each child and assists youth in overcoming the stress of relocation and adjustment of new peer groups. The program shall offer opportunities for creative and expressive experience, provide for the development of independence and feelings of self worth, and reflect geographic, ethnic and cultural differences. The day camp programs shall use creative contemporary themes to hold the interest of the youth participating. Thematic programming in specialty camps is optional. The program shall use different formats and content areas to offer a variety of activities to meet various needs of youth. The program structure shall use format elements such as classes, clubs, rotating activities, trips, choice activity programs and interest centers. A rotation system where campers rotate among activities shall also be used. The program shall include holiday programming where applicable (i.e., 4th of July). Any holiday celebration shall emphasize basic human values shared by different cultural and ethnic groups served by the program. -The contractor shall furnish training materials for the training of the camp director and camp counselors. - Preparations: The contractor shall: -Purchase and pay for the airline tickets for each participating person to the host site and return. - Publish the staff operating manual and provide one copy to the local installation. -Furnish a list of necessary supplies to the individual bases upon award of the contract. -Obtain passport and visa arrangements for its staff. -Individuals may purchase their own meals at available US military dining facilities, when authorized. 1.5. Quality Control: -The Contractor is responsible for quality control functions to ensure programs and operations meet the contract requirements. The contractor shall comply with the prescribed requirements of the Air Force School Age Program Standards. - The Government Project Coordinator shall observe and evaluate the entire program at least twice during the program session and provide an oral and written report on findings and recommendations to the appointed government installation designate (i.e., youth director). - All Contractor staff shall comply with standard youth programs guidelines in reference to freedom of communicable disease, drug abuse, and child abuse. - Staff shall comply with requirement for a review of personnel and security records to include an FBI fingerprint check and State Criminal History Repository Check (SCHR) checks of residences listed on employment and security application. At a minimum, SCHR check, communication in writing shall be made with each state, providing full identifying information concerning each applicant and requesting confirmation that the individual has not been convicted in that state of a sex crime, an offense involving a child victim, substance abuse felony, or a violent crime. Contractor employees shall submit a completed DD Form 398-2, ?Department of Defense National Agency Questionnaire?, via EPSO software (electronic Personnel Security Questionnaire), which will be provided to the Contractor by the NAFI as Government Furnished Property. The Contractor shall continue to provide the DD For 398-2 with an original signature. The reason for the request shall be identified as OTHER and annotated as CHILD CARE, and FD Form 258, ?FBI Applicant Fingerprint Card? to the installation Human Resources Office (HRO). Fingerprints shall be taken by the local law enforcement personnel and together with disk and original of the DD Form 398-2 shall be forwarded to HQ USAFE/SVPCY, Unit 3050 Box 160, APO AE 09136. If a SCHR check is not returned by the state(s) within 60 days, a final determination may be made based on the FBI fingerprint check and available background information. Contractor staff shall have had a physical examination within the last 3 years and have the required immunizations for the area where they will be assigned. Personnel assigned to overseas locations shall be screened for medical/emotional, or special needs related conditions that may require special medical support or modified housing. - All counselors shall be trained to administer basic first aid and cardiopulmonary resuscitation (CPR) and be certified as qualified by a competent authority such as Red Cross. Counselors shall be trained in Red Cross Basic lifeguarding and or Emergency Water Safety. The training shall be provided to the counselors by the Contractor, at no additional cost to the NAFI prior to the counselors working in the field. - The contracted organization shall have a minimum of five years experience providing contracted recreation services for youth with military installations. Experience must include knowledge of US Military procedures, and practices to include in the overseas area listed herein. 1.6. Process And Procedures For Performing Duties: -Camp Adventure Program Deliverable - Curriculum plan, developmental objectives and program activities shall be delivered on or before 29 Sep 05 to HQ USAFE/A7SPCYstaff at HQ USAFE/SVPCY, Unit 3050, Box 160, APO AE 09136, Attn: Ms. Lori Anderson, or Jan Seachris (email: firstname.lastname@sembach.af.mil). On-site base programs shall be delivered 12 Jun 06 with staffing at camps on select bases in USAFE. List and itinerary to be approved by POC stated above. - Logistical requirements shall be coordinated with host site project officers once contractor and HQ USAFE/A7SPCYhave finalized the summer 06 schedule. This includes specific weekly schedule with times and location. Camp Adventure shall be operated on all USAFE GSU?s listed previously in this SOW. -Curriculum plan and program activities shall be delivered on or before 29 Sep 05 to HQ USAFE/A7SPCY staff at HQ USAFE/SVPCY, Unit 3050, Box 160, APO, AE 09136, Attn: Ms. Lori Anderson or Ms Janet Seachris. -Travel itineraries for programs offered Jun?Aug 06 shall be coordinated through HQ USAFE/SVPCY. All costs associated with travel, including excess baggage requirements are the contractor?s responsibility. 2. SERVICE DELIVERY SUMMARY: Performance objective SOW Paragraph Performance threshold Well rounded summer program meeting the SOW requirements 1.1 thru 1.6. 95% customer satisfaction at each location for all scheduled requirements IAW the government approved Curriculum plan, developmental objectives and program activities 3. GOVERNMENT FURNISHED FACILITIES, UTILITIES, EQUIPMENT AND SUPPORT: - Facilities available for day camp programs include a home base location with activity spaces (indoor and outdoor) access to gymnasium, outdoor sports fields, and a swimming pool at all locations on US military controlled property. - All facilities and utilities used for camp programs shall be government furnished and government maintained. This may include facilities leased by the Government or facilities maintained on installation property, including such areas as public schools, parks, recreation clubhouses, shelters, etc. - Student Camp Directors and Counselors will be provided the equivalent of a GS-7 ranking. Personnel shall be provided housing that is commensurate with the standard of living of stationed military enlisted personnel. It is expected that billeting will be furnished for sleeping/living quarters (i.e. beds, dressers, chairs, etc.) and that appropriate bathroom/shower facilities will be available. Cooking facilities will be provided. Personnel may be temporarily located in less acceptable quarters while appropriate housing is being established. - All fees for students lodging will be borne by the base. - Transportation: The government will provide contractor personnel with transportation to and from the airport at no additional cost. Permissive Travel orders or Invitational Travel Orders (at no expense to the Government) will be issued as required. - Materials: The Government shall furnish materials, such as DoD School Age Training Modules under this contract, at no additional cost to the contractor. These materials shall only be used in performance services under this contract. All materials required to operate the camp shall be government furnished. All accountable materials issued shall be returned not later than one day following program closure. Replacement cost for lost, damaged or stolen materials will be assessed to the Contractor. - First Aid Precautions and Supplies: The Government will provide the following supplies for first aid kits: Disposable Rubber Gloves, Adhesive Bandages, Sterile Gauze, Tape, Liquid Soap, Zip Lock Bags, Small Scissors, Chemical Cold Packs or Ice, Tweezes and CPR Mouthpiece Barriers. A portable first aid kit provided by the youth center to support each group of campers away from the camp home base facility. - Identification cards or equivalent document will be issued to all personnel as required by each base. Ration control and identification cards (Uniformed Services Identification and Privileges Card, DD1173, 1 Mar 1961 or latest edition) for commissary and Post Exchange privileges will be issued in overseas locations where SOFA agreements authorize this. Return of the same is required on the last working day of camp as a part of the exit check out procedure followed by Contractor personnel. - All participating installations will conduct an orientation, which covers local base rules and regulations. 4. POC?s: E-mail addresses: Molly.Harris@ramstein.af.mil or Ria.Kyle-Seeds@ramstein.af.mil or via telephone, Ms Molly Harris, 0049-631-6805, or Ms Ria Kyle-Seeds, telephone 049-631-536-6076/8406 for information regarding this notice.
 
Place of Performance
Address: BELGIUM, 1 Site, namely Kleine Brogel; NETHERLANDS, 1 Site, namely Volkel; GERMANY, 2 Sites, namely Buechel and Geilenkirchen; NORWAY, 1 Site, namely Stavanger;ITALY, 1 Site, namely Ghedi; SPAIN, 1 Site, namely Moron AB;
 
Record
SN00893971-W 20050915/050913212418 (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.