Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 22,1999 PSA#2372

United 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