Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2003 FBO #0608
SOLICITATION NOTICE

U -- Internet Science Camps

Notice Date
7/28/2003
 
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-F4SVP2318801
 
Response Due
8/4/2003
 
Point of Contact
Susan Brett-Farnsworth, Contract Specialist, Phone 210-652-5187, Fax 210-652-2759, - Jason Phillips, Contract Specialist, Phone 210-652-5187, Fax 210-652-2759,
 
E-Mail Address
Susan.Brett-Farnsworth@randolph.af.mil, jason.phillips@randolph.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. This solicitation is set-aside for small business. Purchase Request Number F4SVP2318801 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The NAICS Code is 611420 size standard $6M. STATEMENT OF WORK Internet Science Program OVERVIEW: Air Force Services Family Member Programs has sponsored the youth Specialty Camps since 1999. Special funds have been allocated in support of youth of deployed and duty separated Air Force members to increase opportunities in a recreational or educational experience. Professionals with an expertise in their field will conduct and or offer a product for the specialty camps. INTRODUCTION: The objective is to provide youth the opportunity to experience a new educational activity through a year around science program. Also allowing a training opportunity for the youth staff to become familiar with the product to conduct the science program. SPECIFICATION OF SERVICES 1. Provide an informal learning program based on an interactive, episodic World Wide Web site. The program should provide users with a variety of episodic adventures intended to teach children about science and to help them better comprehend the complexities of the world around them. Provide this service up to 49 Youth Programs at Air Force bases throughout the continental United States. 2. Provide a program, which is a web-based after school science program for kids ages 8 through 11. It combines exciting online activities with hands-on science experiments, culminating in computer games that test children's skill and knowledge. 3. For each area of science, there are five activities, each one engaging children in a different way. There is an art activity, a writing activity, a hands-on experiment or demonstration, a physical challenge, and a computer game. Once all the teams have performed these five activities, student would go on the Internet for their challenge, which is a computer game that tests their science knowledge. 4. Site License must be included. 5. The base Youth Programs will have a minimum of one staff member to assist the instructor during each session maintaining a one to 15 adult to youth ratio. 6. Contractor will be responsible for all shipping and printing cost incurred for all the materials and supplies to get to each base prior to the camp beginning. B. Staff Training: 1. Conduct up to 49 science-training camps for youth staff and volunteers at the same site as the youth camp. A maximum of 6 adults can be trained at each site. 2. Staff training will consist of a 2-hour orientation to the program and up to 4 hours on each specific camp topic. The training will be held Monday through Friday and conducted at a time that best meets the needs of the program to ensure staff is available. 3. Upon completion of training, staff will be knowledgeable and competent to conduct a year around science program. Supply kits will be accessible through the contractors' organization to purchase as needed. 4. Contractor will provide each base with written curriculum manuals, and curriculum support DVD or video. C. General to both youth camp and staff training: 1. Contractor will provide an instructor that has been fully trained and is knowledgeable and competent with all the required curriculum and materials. The contractor must ensure compliance. Ensure instructors' teaching techniques are developmentally age appropriate. 2. The government will provide an inside space that will be adequate to conduct the camp and the training. A safe and isolated outside area will be designated for the projects that must be conducted outdoors. 3. The government will be responsible for advertising and taking registration for the camp. The Youth Program point of contact will provide the instructor with a class roster. 3. PROFESSIONAL REQUIREMENTS OF CONTRACTOR: 1. Has experience in operating a science camp for youth for a minimum of 15 years. 2. Contractor has worked with the National Science Teacher Association. 3. Has liability insurance coverage of at least $1 million. 4. Has the capability to conduct up to four science camps at different locations at the same time. 5. Instructors have the knowledge and ability to conduct both the youth and the staff camp at the same site. 6. Can provide the staff with a certificate of training for the completion of the training. 7. Perform and have on file an individual security check on each instructor conducted by a nationally recognized organization. 8. Has the ability to communicate effectively with youth and adults. PROCESS AND PROCEDURES FOR PERFORMING DUTIES: 1. Coordinate logistical requirements with the host site project officers once HQ AFSVA/SVPAC has determined the schedule. Coordination should include but not limited to: time of camp and training each day, location of camp, shipping address and direction to the base. Arrival time should be coordinated so base access can be permitted. 2.Travel arrangement and expense incurred are the responsibility of the contractor. 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. 3. The host base will permit and provide the contractor base lodging if available, if not, accommodation will be reserved at a local off-base contract quarters. BASE, CITY,STATE AND CLOSEST AIRPORT:1. EDWARDS AFB Edwards, CA Los Angeles 2. DAVIS-MONTHAN Tucson, AZ Tucson 3. PETERSON AFB Colorado Springs, CO Colorado Springs/Denver(75m) 4. KIRTLAND AFB Albuquerque, NM Albuquerque Driving distance from Kirtland to Cannon (213 m) 5. CANNON AFB Clovis, NM Clovis-driving distance from Cannon to Holloman (244 m) 6. HOLLOMAN AFB Alamogordo, NM El Paso, TX (86 m) 7. MINOT AFB Minot, ND Minot 8. GRAND FORKS Grand Forks, ND Grand Forks 9. F.E.WARRREN Cheyenne, WY Cheyenne or Denver(98m) 10. OFFUTT AFB Omaha, NE Omaha 11. McCONNELL AFB Witchita, KS Wichita Driving distance from McConnell to Vance (130 m) 12. VANCE AFB Enid, OK Oklahoma City 13. WHITEMAN AFB Knob Noster, MO Kansas City 14. KEESLER AFB Bilox, MS Gulfport 15. BARKSDALE AFB Bossier City, LA Shreveport 16. SHEPPARD AFB Wichita Falls, TX Wichita Falls or Lawton 17. RANDOLPH AFB San Antonio, TX San Antonio Driving distance from Randolph to Laughlin (150 m)18. LAUGHLIN AFB Del Rio, TX San Antonio 19. WRIGHT PAT AFB Dayton, OH Dayton 20. CHARLESTON AFB Charleston, SC Charleston Driving distance from Charleston to Shaw (104 m) 21. SHAW AFB Sumter, SC Columbia Driving distance from Shaw to Pope (157 m) 22. POPE AFB Fayetteville, NC Fayetteville or Raleigh (60m) 23 ARONOLD AFB Hillsboro, TN Nashville 24. MAXWELL AFB Montgomery, AL Montgomery Drive distance from Maxwell to Hurlburt (205 m) 25. HURLBURT FLD Pensacola, FL Panama City 26. HANSCOM AFB MA Concord, MA Boston 27. MCGUIRE AFB NJ Wrightstown, NG Trenton or Philadelphia (41m) 28. BOLLING AFB DC Washington DC National or Dulles 29. LANGLEY AFB VA Hampton, VA Norfolk or Newport News Drive distance from Langley to Seymour-Johnson (195 m) 30. SEYMOUR-JOHNSON AFB NC Goldsboro, NC Raleigh 31. ROBINS AFB GA Robins, GA Macon or Atlanta (82m) 32. MACDILL AFB FL Tampa FL Tampa 33. TYNDALL AFB FL Panama City, FL Panama City 34. SCOTT AFB IL Belleville, IL St Louis 35. ELLSWORTH AFB SD Rapid City, SD Rapid City 36. TINKER AFB OK Oklahoma City, OK Oklahoma City 37. LITTLE ROCK AFB AR Little Rock, AR Little Rock Drive distance from Little Rock to Columbus (302 m) 38. COLUMBUS AFB MS Columbus MS Memphis, TN or Jackson MS 39. DYESS AFB TX Abilene, TX Abilene,TX Drive distance from Dyess to Goodfellow (85 m) 40. GOODFELLOW AFB TX San Angelo, TX San Angelo Drive distance from Goodfellow to Lackland (235 m) 41. KELLY/LACKLAND AFB TX San Antonio, TX San Antonio Drive distance from Lackland to Brooks (25 m) 42. BROOKS AFB TX San Antonio, TX San Antonio 43. MALSTROM AFB ID Great Falls, MT Great Falls 44. MT HOME AFB ID Mt. Home, ID Boise 45. BEALE AFB CA Marysville, CA Sacramento 46. TRAVIS AFB CA Fairchild, CA Sacramento 47. NELLIS AFB NV Las Vegas, NV Las Vegas 48. LUKE AFB AZ Phoenix, AZ Phoenix 49. AF ACADEMY CO Colorado Springs, CO. It is the intent of the Government to award to a small business pursuant to FAR 6.203. Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. 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 request a copy of the Statement of Work from this office, submit written price quote to include discount terms, cage code, and firm’s evidence of their ability to perform. All responses will be considered, but must be submitted on the requirement included in this synopsis. 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 at http://www.ccr.dlsc.dla.mil. Responses to this notice shall be provided in writing via e-mail to TSgt Susan Brett-Farnsworth or SSgt Jason Phillips at susan.brett-farnsworth@randolph.af.mil or jason.phillips@randolph.af.mil no later than 23 Jul, 3:30 P.M. (CT). 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. 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; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; and 52.252-2, Clauses Incorporated by Reference (Feb 1998). In addition, DFAR 252-212-7001 with these additional clauses being applicable: 252.225-7007, Buy American Act-Trade Agreements- Balance of Payments Program; 252.227-7015, Technical Data—Commercial Items; and 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.204-7004, Required Central Contractor Registration; and 252.232-7009, Payment by Electronics Funds Transfer. In addition, FAR 39.106 applies All Information Technology must be: (A) (1) Year 2000 Compliant; or (2) If non-compliant, items must be upgraded to be Year 2001 compliant.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/RandAFBCO/Reference-Number-F4SVP2318801/listing.html)
 
Place of Performance
Address: see above
 
Record
SN00385371-F 20030730/030728223606 (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.