Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2007 FBO #2005
SOLICITATION NOTICE

G -- USAFE Child Care Intern Augmentees

Notice Date
5/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
624110 — Child and Youth Services
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 700 CONS, Ramstein AB UNIT 3115, APO, AE, 09094-3115, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA5613-07-T-0014
 
Response Due
6/5/2007
 
Archive Date
6/20/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is: FA5613-07-T-0014 issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17, 15 May 2007. CLIN 0001 Child Care Intern Augmentees IAW the Performance Work Statement Period of Performance (POP): 18 Jun 2007-18 Aug 2007 2 MO Unit Price: ___________ Total Amount: ___________ CLIN 0002 OPTIONAL CLIN for additional interns (estimated 6-10 personnel) as required during 18 Jun 2007-18 Aug 2007 CLIN is subject To Be Negotiated (TBN) DESCRIPTION OF REQUIREMENT/PWS: OVERVIEW. The non-personal services shall provide 22 intern augmentees and 2 supervisory interns (Interns) to supplement existing staff and conduct programs at Child Development Centers (CDCs) and School-Age Programs (SAPs) for eligible children ages 6 weeks to 12 years in various locations in Europe. The service also includes an option to add 6-10 Interns at a later date. Specific addresses for Interns will be determined or with mutual consent of the required date. The Contractor shall furnish all required Interns, supervision, management control and other materials to fully comply with all requirements of this contract. Proof of Contractor personal liability insurance is required and must be submitted to HQ USAFE/A1SPC prior to performance start. SCOPE OF WORK. The Contractor shall provide Interns to augment child care for children ages 6 weeks to 5 years and school-age children 6-12 years of age. The Interns shall work within the installation Family Member Program (FMP) receiving technical guidance from the Government program director/manager, supervisory caregiver/super-visory recreation aide or training and curriculum staff. All Contractor Interns shall work in child to staff ratios established by applicable Air Force Instructions (AFIs). Programs may vary from CDC and SAP settings to cover needs in either of the programs. The Contractor shall plan and administer programs and activities to meet accreditation standards of the National Association for the Education of Young Children (NAEYC), National Afterschool Association (NAA), AFIs, Air Force Manuals (AFMANs), DoD certification criteria for each FMP, and the Boys and Girls Club of America (B&GCA) Commitment to Quality standards. The Creative Curriculum shall be the basic curriculum and framework for infants, toddlers, preschool, and school-age children. SAPs provide opportunities for youths to develop their physical, social, emotional and cognitive abilities and to experience achievement, leadership, enjoyment, friendship and recognition. Programs offer a daily and year-round program of activities to involve a wide spectrum of base youth in positive activities in the five core program areas: (1) character and leadership development; (2) the arts; (3) youth sports, fitness, and recreation; (4) health and life skills; and (5) education and career development. Programs will be delivered to meet the individual installation?s mission, philosophy, and goals. The Contractor shall provide qualified and competent Interns that provide high quality care and recreation contributing to the positive development of children and youth, the enhancement of the family unit, and adherence to safety standards. Children and youth can be expected to have one or both parents absent from the theater or involved in high operation tempo. The Contractor shall incorporate a minimum of four Interns with special needs training?two special needs Interns for Vogelweh/Sembach, one special needs Intern for Spangdahlem, and one special needs Intern for Menwith Hill. The Interns will follow Air Force curriculum requirements to contribute to the well-being of dependent children and youth by providing opportunities for organized and self-directed social, cultural and educational development. Interns shall be capable of facilitating and/or conducting activities in creative arts, active games, aerobics, sports, outdoor recreation, drama, table and board games, science, math, computers, and other challenging activities. The Contractor shall ensure programming incorporates child and youth development competencies and basic child and youth needs. PARTICIPANTS. Children and youth to be served are eligible family members of US military, civilians and other ID card holders with OCONUS rights to use government facilities and enroll in Services programs. CDCs serve children 6 weeks to 5 years of age. Program goals and objectives include providing activities promoting children?s social, emotional, cognitive and physical development. The Contractor develops programs and activities for infants, toddlers and preschool age children. Ratios must be maintained at all times at 1 adult to 4 infants (6 weeks-12 months), 1 adult to 5 pre-toddlers (12-24 months), and 1 adult to 7 toddlers (24-36 months), and 1 adult to 12 preschool age children (3-5 years). Lesson plans and programs shall be age appropriate and meet children?s individual needs. The Contractor shall adhere to applicable sections of AFIs, DoD certification and NAEYC standards in activity planning. The Contractor shall ensure Interns meet accreditation and certification standards at all times. SAP children, 6 to 12 years of age, may attend the SAP for recreation and care. Program goals and objectives include: enhancing and reinforcing lifelong leisure skills, academic progress, avocations and interests to promote individual development for each child; fostering resilient, self-sufficient families to enhance military readiness; and reinforcing family values and emphasizing the unique value of each child by providing appropriate guidance, promoting positive attitudes and enhancing self-worth. Programs and activities developed for this group must consider the wide age range and associated skill levels. Therefore, programs and activities must suit the varying age range and interests levels. Programming will be implemented to provide children's activity choices. A ratio of 1 adult to 12 school-age children is required for before-/after-school care and special activities. The Contractor shall incorporate AFIs, DoD certification, B&GCA and National 4-H curricula in activity planning as coordinated by the installation program manager/director and/or training and curriculum specialist. The Contractor shall ensure Interns meet NAA accreditation and DoD certification standards at all times. APPLICABLE DOCUMENTS. The Creative Curriculum, NAA Standards for Quality School-Age Care; AFI 34-248, Child Development Centers; AFMAN 34-251, School Age Programs; DoDI 1402.5, Criminal History Background Checks; the Military Child Care Act of 1989/1996; DoDI 6060.2, Child Development Program; the Crime Control Act of 1990; and requirements in the Air Force CDC and SAP inspection certification checklists. Copies can be obtained for review from HQ USAFE/A1SPC, Unit 3050, Box 160, APO AE 09136-0160. The POC is Ms. Louella Anderson, Chief, Community Activities, Tel. 49-6302677942, fax 49-6302677954. CONTRACTOR INTERNS. Intern augmentees shall consist of undergraduate sophomore, junior and senior students or recent graduates (within 2 years) with majors in early childhood education, parks and/or recreation, leisure services, youth development, education (special education, elementary education, home economics education), or graduate students who are in a field of study which relates to and will achieve the program's objectives. Interns must possess the flexibility to adapt to varying situations, such as learning to use the European public transportation systems (i.e., rail, bus, and air); involvement in different cultures without the ability to speak and/or understand the language; and the ability to learn European driving laws, etc. The civilian address of each community site will be provided by the office of primary responsibility (OPR) upon contract award. Contractor Interns will be required to sign FMP Flight Mandated Child Abuse Reporter Policy. 22 Interns and 2 supervisors over a 1-semester period for a total of 24 Interns and supervisors (supervisor is included in sets of two at specified bases). Housing arrangements and daily transportation will be provided by the host installation. Groups include: 11 Interns plus 1 supervisor per group (1 for European locations to include Germany, Portugal, and Italy and 1 for the UK) for the summer (Group I is for the UK, and Group II is for Europe locations, and supervisors are counted in room ratios). QUALIFICATIONS. As a minimum, Interns shall: Be in good academic standing with a GPA of 2.25 or better on a 4.0 scale at a college or university providing the appropriate fields of study, (i.e., early childhood education, elementary education and have completed undergraduate studies in the area of assigned responsibilities, (i.e., early childhood education, special education or elementary education). SERVICES INTERNS ON LOCATION. The Contractor shall identify one person per group of Interns based on the community requirement, who coordinates and evaluates progresses at communities and notifies the OPR of any challenges, problems, issues and successes at least on a weekly basis. The Contractor shall inform the Government installation FMP program manager or POC of problems or concerns of the Interns; and ensure Interns meet installation FMP program manager?s requirements for developing programs and activities; ensure activities take place as planned; ensure Interns work as a team with installation FMP staff to provide a quality program; ensure POC is provided with a weekly update stating the number of Interns at each location; a summary of events, and any changes that occurred, and ensure Interns maintain program site in clean and orderly fashion. The installation FMP program manager will provide Interns with daily counts of children to ensure ratios are met and mission is accomplished. The Contractor shall provide Interns for each installation. The OPR will establish the locations with mutual consent before the Interns are needed at each location. Interns will assist in planning, organizing, and conducting a well rounded program, in coordination with installation FMP program managers/directors, training and curriculum specialists and training and program specialists with choices that offer children and youth an opportunity to engage in a variety of age appropriate activities. Interns maintain strict accountability for all children/youth assigned to his/her care, work with special needs children and youth?s integrated into programs with developmentally appropriate peers and participate in installation orientation and training. They will prepare site for daily activities, ensure supplies and equipment are in place at the beginning of the day, clean site at the end of the day and conduct daily safety checks as required by the centers operating instructions (OIs). In addition to the above, Contractor Interns shall meet and provide proof of the following criteria: Possess current certification in first aid and cardiopulmonary resuscitation (CPR) with certification conveyed by a qualified and competent authority, such as the Red Cross. Interns must meet standard FMP guidelines with respect to freedom from communicable diseases, drug and alcohol abuse, sexual harassment and child abuse training, in accordance with applicable sections of AFI 34-248, AFI 34-249, AFM 34-251, B&GCA standards, NAEYC and NAA Quality Standards. Contractor Interns must meet the background check requirements mandated by the Crime Control Act, (CCA) Public Law 101.647. The Contractor shall submit completed checks to HQ USAFE/A1SPC, Community Support Section, Unit 3050, Box 160, APO AE 09136-0160 before Interns arrive overseas. The background check results must indicate no adverse information. All Contractor Interns shall speak English and be United States citizens or students with visas for the countries to which assigned. For performance in Germany, the fax-back process applies (see http://www.per/hqusareur.army.mil/CPD/DocPer/GermanyDefault.aspx.). Work schedules for Contractor Interns are as follows: Hours will reflect installation programming but will not exceed 45 hours per week, no more than nine hours (8 work, 1 lunch) within a 24-hour period, Monday ? Sunday with two consecutive days off. Government installation managers will ensure that ratio standards are met in Intern scheduling. Interns may be scheduled to work a split shift. The scheduled hours should be between 0700 and 2200. However, shifts will not contain the earliest and latest hours in one shift. Split shifts will occur either within the time frame of 0700-1900 or within 1000-2200. Interns may also be requested, with 24 hours advance notice to flex their schedule between the hours of 0500-2400 for no more than 30% of total on site work days. CENTER ACTIVITIES. Activities for centers must include, but are not limited to the following: Appropriate curriculum and programs for early childhood education: dramatic plays, block area, reading and writing areas, gross motor, table games, manipulatives, woodworking, arts, music, health, and cognitive development. School age programs include demonstrations, lessons, table games, reading time, cooking, nature walks, talent shows, arts and crafts, tournament, water adventure, social activities, multicultural activities, physical and health fitness, group participation activities, community service programs, computer activities, enrichment activities, work force preparation programs, individual growth and self awareness program. Leisure arts and crafts include: sculpting with various materials, creative painting and drawing using various mediums, woodworking, printing, nature crafts, mosaics, woodworking, fiber art, jewelry and leather crafts, and other activities that foster a positive creative learning experience. GOVERNMENT-FURNISHED FACILITIES, EQUIPMENT, MATERIALS AND SUPPORT. The Government will make available all facilities, equipment and material necessary to perform child care services described herein. FACILITIES. Facilities available at sites include centers, sports fields, gymnasiums, activity spaces (indoor&outdoor), all located on US Military controlled property. NOTE: Mobile recreation will not include facilities and will take place in the youth?s neighborhoods at parks, in the street, etc., accessed by a vehicle. EQUIPMENT AND MATERIALS. The equipment and material available include arts and crafts supplies, furniture, typewriters or computers and printers, copiers, sports equipment, games, etc. GOVERNMENT-FURNISHED SUPPORT. TRANSPORTATION. Government installation FMP staff will provide daily transportation to and from the work site for Contractor Interns when the work site is ? miles or more from housing. Transportation may include, but is not limited to, bicycles, public transportation passes, services vehicles, and shared rides with designated staffs. Government FMP staff will meet and greet Interns at the airport and provide transportation to the installations. Upon completion of the internship, the installation FMP staff will provide transportation from the installation to the airport on the date of departure. If Interns are assigned to new sites due to Contractor's request, transportation costs for transfer of Interns shall be the responsibility of the Contractor. If Interns are assigned to new sites at the Government's request, transportation costs for transfer of Interns shall be the responsibility of the Government. HOUSING. Housing for Contractor Interns will be provided by the installation in available barracks, billets, or on the local economy. Each installation will provide housing based on local funding and availability. Housing will be safe and located in a safe area. Interns will keep their housing area clean and orderly and shall adhere to housing safety and security regulations. If housing or furnishings are damaged or destroyed due to negligence or abuse, it is the responsibility of the Contractor to reimburse the cost of the damaged item. QUALITY CONTROL/ASSURANCE. The Contractor shall establish and maintain a quality control plan (performance standards) to ensure FMP goals and objectives are met. The plan shall be provided to USAFE/A1SPC electronically in a format readable by Microsoft (MS) Word 2003, MS Excel 2003, MS PowerPoint 2003, as applicable, prior to performance start for approval. Changes must be submitted as they occur. Interns exhibiting undesirable behavior will be removed and installation and other passes confiscated. Interns suspected of child abuse or neglect will be subject to the laws of the local jurisdictions. Each CDC, SAP director and FMP flight chief is required to rate the Interns performance using a form at Attachment three. These ratings will be shared with the Contractor. The Contractor shall not assign to HQ USAFE/A1SPC any Interns previously designated as poor interns or dismissed from a Department of Defense program/installation. OTHER REQUIREMENTS. The Contractor shall submit a listing of all Interns to HQ USAFE/A1SPC prior to initial assignment to the locations. The list will indicate each Intern?s background check results, educational background and/or related experience college course work, date of CPR and first aid training certification, source of training, date of issuance, lifeguard and water safety instructor (WSI) certification dates, if available, and proof of health insurance company with contact number. Government FMP program managers or their designees are the contact persons at the sites for local liaison to include program set-up, challenges, needs, etc. Daily communication is required to review weekly plans, updates, etc. FMP program managers or their designees will inform the OPR of local emergencies, Intern absenteeism, and provide evaluations of programs. The OPR will visit the installation during the Intern's tenure. Equipment and facilities used by Contractor employees shall be returned with normal wear and tear. Willful damage and or abnormal use resulting in damages shall be replaced by the Contractor. Alcohol is not to be consumed on duty or in the presence of registered children or youths. Illegal drugs will not be consumed at any time. Smoking is prohibited in the presence of children or in base facilities. Health insurance is required for all Contractor Interns during the life of the contract. Medical care is available on a limited basis at a few military treatment facilities. If a military health care facility is used, Interns will be charged the "others" rate. Interns will bring proof of medical insurance with them. Interns must know how to access or use their health insurance. Installation POC will provide information, in writing, during orientation concerning how to access medical care. Dental treatment at military facilities will not be available to Interns even on an emergency basis, Interns must pay for any dental work. Economy dental care is available and Interns will be charged for this service. Interns will only have access to installation clubs as accompanied guests of individual US Forces members or when invited, by name, to individual US Forces-sponsored social events or conferences. Interns may have use of military dinning facilities for the purchase of food items and drinks for immediate consumption on the premises at the commander's discretion. PREPARATION. Obtaining passports and visas for all Interns is the responsibility of the Contractor. The Contractor shall be responsible for the cost of roundtrip airfare for all Interns to the European destination airport and for making appropriate reservations. The Contractor will book air transportation into the airport nearest the Intern's assigned installation. Information on flights and times of arrival will be provided to the installation at least ten days before arrival in order to allow FMP staff to be available to meet and greet Interns and provide transportation to installations. The Government will provide installation passes to Contractor Interns (see 5352.242-9000). Assistance will be provided by the installation housing the Interns. Family Member Programs will be the sponsoring organization and process required paperwork through ID section for all Contractor Interns after arrival. The following FAR clauses and provisions apply: 52.212-1, Instructions to Offerors with Addendum reference 52.212-1(b)(10) Past Performance Information: Offerors shall submit information on at least three (3) recent contracts, which they consider most relevant in demonstrating their ability to perform the proposed effort, including current and correct telephone numbers, FAX number, and email addresses of Government Point of Contacts; 52.212-2, Evaluation: The Government will award a commercial Firm Fixed-Price Purchase Order to the one responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government price and past performance considered. Award will be made based on the lowest price proposal and a satisfactory Past Performance on a pass/fail basis; 52.212-4, Contract Terms and Conditions; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, clauses 52.222-26 and 52.232-34 marked; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive orders Applicable to Defense Acquisitions of Commercial Items, clauses 52.203-3 and 252.247-7024 marked; 52.224-1, Privacy Act Notification; 52.228-3, Worker's Compensation Insurance; 52.229-6, Taxes--Foreign Fixed-Price Contracts; 52.233-4, Applicable Law for Breach of Contract Claim; 52.245-4, Government-Furnished Property (Short Form); 252.222-7002, Compliance With Local Labor Laws (Overseas); 252.225-7042, Authorization to Perform; 252.225-7043, Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States - Paragraph (d) is completed as follows: Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from HQ AFSFC/SFPA, Tel. DSN 945-7035/36, Commercial (210) 925-7035/36; 252.229-7000, Invoices Exclusive of Taxes and Duties; 252.229-7001, Tax Relief - the offeror shall include which taxes or duties have been excluded from the contract price including the country; 252.229-7003, Tax Exemption (Italy); 252.229-7006, Value Added Tax Exclusion (UK); 252.232-7003, Electronic Submission of Payment Requests; 252.233-7001, Choice of Law (Overseas); 352.201-9101, Ombudsman - Paragraph (c) is completed as follows: The MAJCOM ombudsmen are: Primary: Col Reid S. Lerum, Tel. (comm.) 49-6371-47-5910, email: reid.lerum@ramstein.af.mil, Alternates: Mr. Dave Jones, Tel. (comm.) 49-6371-47-2209, email: Dave.Jones@ramstein.af.mil, Lt Col Bryan E. Scott, Tel. (comm.) 49-6371-47-2026, email: Bryan.Scott@ramstein.af.mil; 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000, Contractor Access to Air Force Installations. Offerors must include a completed copy of the FAR provision at 52.212-3 and DFARS provision at 252.212-7000 Offeror's Representations and Certifications with its offer. Interested offerors shall request Atchs 1-5 from the contract specialist. Proposals shall be submitted electronically NLT 05 Jun 2007, 12:00 hours local time to the following email addresses: Gabriele.Binder@ramstein.af.mil. Late submission will be handled in accordance with provision 52.212-1(f). Contact Ms. Binder, Tel. 049-631-536-6032 or 8407 for information regarding this solicitation.
 
Place of Performance
Address: Germany, United Kingdom, Italy, Portual (Azores)
Country: GERMANY
 
Record
SN01300427-W 20070524/070522221322 (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 |
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.