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 -- DRUG FREE BASKETBALL PROGRAM SOL F41691-99-Q0382 DUE 062599 POC Traci Conner, Contract Specialist, Phone 210-652-5171, Fax 210-652-7486, Email connert@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 82&LocID=464. E-MAIL: Traci Conner, connert@randolph.af.mil. The 12th Contracting Squadron at Randolph AFB, TX, intents to award a firm fixed-price Purchase Order pursuant to FAR 13.6 for implementation of a Youth Basketball Program. 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. F41619-99-Q0382. 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. Implement up to thirteen (13) youth basketball programs that incorporate a _drug-free_ message to coaches, parents, and players at all Air Education and Training Command bases during June 1999 through 1 September 2000. Contractor will be paid based on actual number of programs implemented. b. Contractor must develop, design, print, and provide a _drug-free_ publication that provides coaches with specific questions and answers concerning drug usage that will assist them when speaking to their players. Five thousand (5,000) copies of the publication will be produced and distributed equally among the 13 bases. Each base will receive one _drug-free_ program banner to help promote the league. Contractor will develop logo for program. c. Contractor must develop, design, print, and provide an operations manual to assist program leaders with implementing and continuing the programming of the _drug-free_ league. Each base will receive two (2) manuals. d. Pre-and post-program surveys will be provided to players to determine their level of knowledge concerning drug usage. Results will be forwarded to HQ AFSVA/SVPAC. e. Each base will receive 120 player jerseys and 24 coaches_ shirts. A photo-ready slick of the program logo will also be provided to each base. f. Contractor will travel to each base to train league administrators and volunteer coaches about the specific requirements involved in the program, including information on how to use the _drug-free_ publication with players on a weekly basis. The government will provide a suitable meeting area for all attendees for this meeting. g. Contractor will bring all supplies and equipment necessary to conduct the training and program implementation process. Contractor is also responsible for mailing any and all materials to participating bases. h. The government will be responsible for recruiting volunteers to participate in the training as coaches and league administrators. i. HQ AFSVA/SVPAC will issue InvitationalTravel 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. PROFESSIONAL REQUIREMENTS OF CONTRACTOR: a. Has conducted or supervised a basketball program/league for at least 3 years. b. Has previous experience working within the constraints of a military setting. c. Has ability to communicate effectively with military personnel and parents and youths. PROCESS AND PROCEDURES FOR PERFORMING DUTIES: a. Coordinate logistical requirements with host site project officers once HQ AFSVA/SVPAC, San Antonio Texas, has determined the schedule. This includes time of camp each day, location of camp, etc. b. Travel itineraries will be coordinated through HQ AFSVA/SVPAC. 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. hotel accommodations, passports, rental car, meals). 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 1 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 Contract Administrator listed above not later than 25 Jun 99 and should reference the Solicitation listed . 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) 652-5178 or email ernesto.cruz@randolph.af.mil PLACE OF PERFORMANCE (POTENTIALLY) IS AT FOLLOWING AIR FORCE BASES: 1. Altus OK 2. Columbus MS. 3. Goodfellow TX 4. Keesler MS 5. Lackland TX 6. Laughlin TX 7. Little Rock AR 8. Luke AZ 9. Maxwell AL 10. Randolph TX 11. Sheppard TX 12. Tyndal FL 13. Vance OK Posted 06/18/99 (D-SN344666). (0169)

Loren Data Corp. http://www.ld.com (SYN# 0101 19990622\U-0008.SOL)


U - Education and Training Services Index Page