|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 22,1999 PSA#2372United States Air Force, Air Education and Training Command, Randolph
AFB Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX,
78150-4525 U -- CREATIVITY SKILLS CAMPS SOL F41691-99-Q0357 DUE 062599 POC Andrea
Vigliotti, Contract Specialist, Phone 210-652-5176, Fax 210-652-7486,
Email vigliottia@randolph.af.mil -- Ernesto Cruz, Contract Specialist,
Phone 210-652-5171, Fax 210-652-7486, Email WEB: Visit this URL for
the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&;ProjID=F41691-99-Q03
57&LocID=464. E-MAIL: Andrea Vigliotti, vigliottia@randolph.af.mil.
DESCRIPTION: The 12th Contracting Squadron at Randolph AFB, TX intends
to award a firm fixed-price Purchase Order pursuant to FAR 13.6 to a
contractor for conducting up to 31 creativity skills camps various US
Air Force Bases and overseas. This is a combined synopsis/solicitation
for commercial services 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;
quotes are being requested and a written solicitation will not be
issued. This is a Request for Quotation (RFQ), Solicitation No.
F41619-99Q0357. The solicitation document, incorporated provisions, and
clauses are those in effect through Federal Acquisition Circular 97 --
11. This acquisition is 100% set aside for small business concerns,
utilizing the Size Standard in FAR Part 19 under Standard Industrial
Code (SIC) 8322, and the Business Size Standard is $5.0 million. The
contractor shall furnish all labor, personnel, equipment, supervision
and other equipment necessary to perform and complete the following
requirement: SPECIFICATION OF SERVICE: a. Conduct up to thirty-one
creativity skill camps at various Air Force bases throughout the
continental United States and in overseas locations for up to 24 13-16
year-old boys and girls at each camp during June 1999 _ 1 September
2000. This camp should help participants open minds to new ideas and
ways of thinking. It should explore creativity in several ways with a
wide variety of techniques such as exercises, games, and experiences.
Contractor will be paid based on actual number of camps conducted. b.
Contractor must maintain a minimum ratio of one instructor for every
twelve participants. c. The government will provide appropriate meeting
space. d. Contractor will provide instructors and all course material.
e. The government will be responsible for taking registration
information of participants. f. HQ AFSVA/SVPAC will issue Invitational
Travel Orders (ITO), until 30 September 1999, to each individual
instructor employed by the contractor. Effective 1 October 1999, ITOs
will no be longer be authorized and this requirement will be modified
to reflect new procedures concerning travel by contractor and
contractor employees. g. HQ AFSVA/SVPAC will initiate and fund
background checks on all instructors performing creativity skill camps.
HQ AFSVA/SVPAC reserves the right to disqualify instructors based on
results of background checks. PROFESSIONAL REQUIREMENTS OF CONTRACTOR:
a. Has conducted educational programs for at least 1 year. b. Has the
capability to conduct up to two camps at different locations at the
same time. c. Has ability to communicate effectively with parents and
youths. PROCESS AND PROCEDURES FOR PERFORMING DUTIES: a. Coordinate
logistical requirements with host site project officers once HQ
AFSVA/SVPAC has determined the schedule. This includes time of camp
each day, location of camp, etc. b. Once host site has determined a
specific number of participants, contractor must identified qualified
instructors/coaches to meet the ratio requirement. c. Travel
itineraries will be coordinated through HQ AFSVA/SVPAC, San Antonio,
Texas. Airfare or ground travel (using a personal vehicle) to and from
the host site, whichever is more advantageous to the government, will
be paid by HQ AFSVA/SVPAC. HQ AFSVA/SVPAC will purchase any airline
tickets using the best early-purchase commercial fares and provide them
to the contractor. All other expenses will be the responsibility of the
contractor (i.e. meals, passports, rental car, hotel). d. Has ensured
all instructors complete background checks prior to conducting
creativity skills camps. Place of performance is as indicated below.
Desired delivery is seven days after receipt of award. The contractor
shall invoice and receive payments for actual camps performed. The
invoices shall be sent to: HQ AFSVA/SVPAC, 10100 Reunion Place, Suite
402, San Antonio, TX 78216-4138. Payment of invoices will be made by 11
WG/FMFA-P, 1430 Air Force Pentagon, Washington, DC 20330-1430. The
estimated completion date of all requirements listed is September 2000.
The following FAR clauses and provisions apply to this requirement
which can be viewed through Internet access at the AF FAR Site,
http://farsite.hill.af.mil.: 52.212-1, Instructions to Offerors --
Commercial Items (Aug 98), 52.212-3, Offeror Representations and
Certifications- Commercial Items, (May 99), 52.212-4, Contract Terms
and Conditions-Commercial Items (Apr 98); FAR 52.212-5, Contract Terms
and Conditions required to Implement Statutes or Executive Orders --
Commercial Items (Jan 99); as do the following FAR clauses cited
therein: 52.222-26, Equal Opportunity (Feb 99); 52.222-35, Affirmative
Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 98);
52.222_36, Affirmative Action for Workers with Disabilities (Jun 98);
52.222-37, Employment Reports on Disabled Veterans and Veterans of the
Vietnam Era (Jan 99); 52.222-41 (Wage Determination No.___________,
Dated___________ applies (NOTE: THIS REQUIREMENT IS BEING ISSUED
WITHOUT THE WAGE DETERMINATION REQUIRED BY THE SERVICE CONTRACT ACT OF
1965, AS AMENDED (1984). SUCH WAGE DETERMINATION, IF ANY, WILL BE
ADDED HERETO BY AMENDMENT), 52.222-42 (Statement of Equivalent Rates
for Federal Hires),52.225-3 (Buy American Act-Supplies), 52.232-33
(Payment by Electronic Funds Transfer-Central Contractor Registration),
52.233_3 (Protest After Award) and 52.252_2 (Clauses Incorporated by
Reference). Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Applicable to Defense Acquisitions of
Commercial Items (Jan 99): DFARS 252.225-7001; Buy American Act and
Balance Payment Program (Mar 98); 252.204-7004, Required Central
Contractor Registration (Mar 98). OFFERORS ARE ENCOURAGED TO SUBMIT
COMMERCIAL LITERATURE DESCRIBING THEIR OPERATIONS. OFFERORS MUST
PROVIDE INFORMATION ON THEIR PAST PERFORMANCE TO INCLUDE CONTRACT OR
ORDER NUMBERS, REFERENCES (NAMES) AND PHONE NUMBERS. OFFERORS MUST ALSO
SUBMIT A TECHNICAL PROPOSAL DESCRIBING PROCEDURES FOR CONDUCTING THE
CAMPS AT THE DIFFERENT LOCATIONS LISTED. THE GOVERNMENT WILL MAKE AN
AWARD TO THE RESPONSIBLE OFFEROR WHOSE OFFER CONFORMS TO THIS
REQUIREMENT AND IS CONSIDERED TECHNICALLY ACCEPTABLE, CONSIDERING PRICE
AND PAST PERFORMANCE, AS FOLLOWS: 1) A DECISION ON THE TECHNICL
ACCEPTABILITY SHALL BE MADE. ONLY THOSE OFFEROS DETERMINED TO BE
TECHNICALLY ACCEPTABLE WILL BE CONSIDERED FOR AWARD. 2) ALL TECHNICALLY
ACCEPTABLE OFFERORS WILL THEN BE RANKED BY EVALUATED PRICE. 3) FINALLY
ALL TECHNICALLY ACCEPTABLE OFFEROS WILL RECEIVE A PAST PERFORMANCE
RISK ASSESSMENT RATING OF LOW, MODERATE, HIGH OR NOT APPLICABLE. 4) IF
THE TECHNICALLY ACCEPTABLE LOWEST EVALUATED PRICE OFFEROR HAS RECEIVED
A LOW PAST PERFORMANCE RISK RATING, THIS OFFEROR_S QUOTE REPRESENTS THE
MOST VALUABLE ACQUSITION AND AWARD SHALL BE MADE TO THIS OFFEROR. THE
FOLLOWING FACTORS WILL BE USED TO EVALUATE QUOTES: (1) PRICE (2)
ABILITY TO PERFORM AND (3) PAST PERFORMANCE. THE GOVERNMENT RESERVES
THE RIGHT TO AWARD A PURCHASE ORDER TO OTHER THAN THE TECHNICALLY
ACCEPTABLE LOWEST EVALUATED PRICE OFFEROR IF THAT OFFEROR IS JUDGED TO
HAVE A MODERATE OR HIGH PERFORMANCE RISK RATING. Offer must be sent to
the Purchasing Agent above not later than 25 Jun 99 and should
reference the Solicitation listed above. OFFERORS MUST INCLUDE WITH
THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION 52.212-3, OFFERORS
REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. Award will be made
on or about 30 Jun 99. Effective 1 Jun 98, contractors must be
registered in the Central Contractor Registration (CCR) prior to
receiving any contract award. You can register in the CCR by calling
1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil. All
responsible sources may submit an offer, which, if timely received,
will be considered by the office. For more information contact Ernesto
E. Cruz at (210) 652-5176 or email cruze@randolph.af.mil. Place of
performance is at the following Air Force Bases: 1. Aviano IT 2.
Incirlik TK 3. Spangdahlem GE 4. Eielson AK 5. Kadena JA 6. Misawa JA
7. Charlston SC 8. Macdill FL 9. McGuire NJ 10. Scott IL 11. Travis CA
12. Malmstrom MT 13. Keesler MS 14. Tyndal FL 15. Brooks TX 16.
Hanscom MA 17. Hill UT 18. Kelly TX 19. Los Angeles CA 20. McClellan CA
21. Barksdale LA 22. Dyess TX 23. Davis-Montham AZ 24. Langley VA 25.
Moody GA 26. Mt Home ID 27. Nellis NV 28. Offutt NE 29. Shaw SC 30.
Rhein Main GE 31. Wright-Patterson OH Posted 06/18/99 (D-SN344820).
(0169) Loren Data Corp. http://www.ld.com (SYN# 0100 19990622\U-0007.SOL)
U - Education and Training Services Index Page
|
|