SOLICITATION NOTICE
U -- YOUTH SPACE CAMP
- Notice Date
- 2/10/2006
- Notice Type
- Solicitation Notice
- NAICS
- 721214
— Recreational and Vacation Camps (except Campgrounds)
- 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-F3PT5K6012A100
- Response Due
- 2/24/2006
- Archive Date
- 3/11/2006
- Description
- YOUTH SPACE PROGRAM 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 requirement is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. The NAICS Code is 721214; size standard $6.5M. IAW Far Subpart 19, preference may be given to small businesses. The Air Force Family Member Program plans to award a contract to provide a youth space camp in accordance with the following statement of work. STATEMENT OF WORK INTRODUCTION: The Family Member Program would like to meet the interest and the need to youth Air Force wide with the opportunity to participate in a Space Program. This unique opportunity will allow youth to learn more about space through a hands-on, educational experience. SPECIFICS OF SERVICE: Contractor will provide a residential camp schedule to begin on a Sunday and end on Friday for 32 youth ages 15 to 18 and a residential camp schedule to begin on Sunday and end on Friday for 32 youth , ages 12 to 14. Supporting two full teams of 16 for Space Academy and two full teams of 16 for Advanced Space Academy. Contractor will provide this camp opportunity 30 July ? 4 Aug 2006 due to available time when the participants can attend. Contractor will provide in the all-day camp schedule hands-on technical training, educational lecture sessions and opportunity to put what they learned into a test mission. Participants will be introduced to Space History, Crew Systems, Rocketry and Propulsion, Space Science and Protein Crystal Growth, Astronomy, and Scientific Principles such as Newton?s Law of Action/Reaction. Participants will work in computer laboratories, learning Space Station Simulations as well as Basic Computing Techniques. Contractor will provide all equipment for hands-on experience to include but not limited to: Mock up Full Scale Shuttles; Mock up Mission Control; Multi-Axis Trainer; 1/6th Gravity Chair; Manned Maneuvering Unit; Underwater Astronaut Trainer(introduction to Scuba); G-Force Accelerator; Space Shot; Flight Simulators. Contractor will provide lodging on site to fully accommodate 64 youth participants for 5 nights. Contractor will provide all meals, breakfast, lunch and dinner beginning with Sunday lunch and ending with Friday lunch. Contractor will provide each participant with all necessary written materials to guide them through the week. Contractor will provide, at no extra cost to the participant, a team photo, graduation certificate, and a space encyclopedia in CD-Rom format to take home. Contractor will provide transportation for each participant throughout the week to include to and from the airport. Contractor will provide each participant a complete hands-on tour throughout the Space and Rocket Museum including the IMAX Theater. Contractor will recognize any Space Academy or Advance Space Academy participant the needed credentials to use the camp for a Space Exploration Merit Badge. PROFESSIONAL REQUIREMENTS OF CONTRACTOR: Contractor must have a minimum of 20 years experience in conducting youth space camps. Contractor must use only staff that has been properly trained on site. Training which must include but not limited too: program facts and history; safety; proper discipline techniques; and age specific behavioral characteristics. Contractor must employee staff that has had a minimum of a state central clearance through the registry on child abuse and drug screening. Contactor must provide trained medical staff 24-hour-a-day, 7 days a week. Contractor must provide adult staff and separate security staff on site 24 hour-a-day, 7 days a week. Contractor will permit the use of a marketing logo, to be used in its proper contents and with the advertisement of solely this contracted program. Personnel must be able to speak, read, write and understand English CONTRACT TERMS AND CONDITIONS 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 submit a written price quote to include discount terms, cage code, and firm?s evidence of their ability to perform. Each offeror will be required to have three (3) clients complete and submit a Questionnaire (supplied by this office) to be used for Past Performance Evaluation. (Contact points of contact below for electronic copy of Past Performance Evaluation Questionnaire.) 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, visit http://www.ccr.gov. Responses to this notice shall be provided in writing via e-mail to Rodolfo Diaz (rodolfo.diaz@randolph.af.mil) and TSgt Anthony Smith (anthony.smith2@randolph.af.mil) respectively, no later than 3:30 PM CST on 24 Feb 06. 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://farsite.hill.af.mil - FAR - Part 52. 52.252-1 -- Solicitation Provisions Incorporated by Reference. Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. 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. 52.204-7, Central Contractor Registration; 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: 52.222-21, 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); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212); 52.222-41, Service Contract Act of 1965, as amended; 52.222-48, Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment -- Contractor Certification; 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; 52-252-1, and 52.252-2, Clauses Incorporated by Reference (Feb 1998). The full text of this clause may be accessed electronically at http://farsite.hill.af.mil In addition, DFAR 252-212-7001 with these additional clauses being applicable: 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Report of Intended Performance Outside the United States; 252.225-7002, Qualifying Country Sources as Subcontractors, (a) Definition. ?Qualifying country,? as used in this clause, means any country set forth in subsection 225.872-1 of the Defense Federal Acquisition Regulation (FAR) Supplement. (b) Subject to the restrictions in section 225.872 of the Defense FAR Supplement, the Contractor shall not preclude qualifying country sources or U.S. sources from competing for subcontracts under this contract.; Section 508, Rehab Statement.
- Record
- SN00985963-W 20060212/060210214210 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |