Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 20,1999 PSA#2391

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 -- COMPUTER CAMPS SOL F41691-99Q0356 DUE 073099 POC Ernesto Cruz, Contract Specialist, Phone 210-652-5176, Fax 210-652-7486, Email ernesto.cruz@randolph.af.mil -- Daniel Gonzales, Contract Specialist, Phone 210-652-5145, 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=F41691-99Q035 6&LocID=464. E-MAIL: Ernesto Cruz, ernesto.cruz@randolph.af.mil. The 12th Contracting Squadron at Randolph AFB, TX intends to award a firm fixed-price Purchase Order pursuant to FAR 13.5 to a contractor for conducting up to 30 computer camps at various Air Force bases throughout the Continental United States and in overseas locations. 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-Q0356. 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: 1. SPECIFICATION OF SERVICE (SOS): A. Conduct up to 30 computer camps at various Air Force bases throughout the continental United States and in overseas locations for up to 24 7-16 year-old boys and girls from contract award through 1 September 2000. Contractor will be paid based on actual number of camps conducted. B. Contractor must maintain a minimum ratio of one instructor for every eight participants. C. Each camp is to be conducted on a weekly (5-days, 2-sessions each day, 4-hours each session) lesson plan. Each session will be geared to specific age groupings of 7-11 year olds and 12-16 year olds. D. The government will provide space to accommodate a total of 25 computers with access to Internet. The contractor will provide the 25 computers. The contractor is responsible for all shipping costs. E. Contractor will provide instruction geared to the two age groups. For the younger group, an introduction to computer applications including Microsoft Word, Internet skills, graphics and art programs, computer music and sound, and web page creation and design. For the older group, the curriculum will include topics on concepts of procedural programming in C++, Internet skills, graphics and art programs, computer music and sound, and web page creation and design. F. Contractor will issue one megabyte of web space to each participant for his or her own personal web site. All participants will also be given an e-mail address. G. The government will be responsible for taking registration information of participants. H. HQ AFSVA/SVPAC will issue Individual Travel Orders (ITOs) to each individual instructor employed by the contractor. Effective 1 October 1999, ITOs will no longer be authorized and this requirement will be modified to reflect new procedures concerning travel by contractor and contractor employees. 2. PROFESSIONAL REQUIREMENTS OF CONTRACTOR: A. Has operated a computer camp program for at least 3 years. B. Has the capability to conduct up to two computer camps at different locations at the same time. C. Has ability to make changes in the program to accommodate special requests from host site at no additional cost to the government. D. Has ability to communicate effectively with parents and youths. 3. 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 identify qualified instructors 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, etc). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 97-12. The contractor shall furnish all labor, personnel, equipment, supervision and other equipment necessary to perform and complete the requirement: Place of performance is as indicated below. 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 (Jun 99), 52.212-2-Evaluation of Commercial Items (Jan 99), 52.212-3, Offeror Representations and Certifications- Commercial Items, (Jun 99), 52.212-4, Contract Terms and Conditions-Commercial Items (May 99); FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders -- Commercial Items (May 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 Service Contract Act of 1965, as amended (May 89), (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 (May 89), 52.225-3 Buy American Act-Supplies (Jan 94), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (May 99), 52.233_3 Protest After Award (Aug 96) and 52.252_2 Clauses Incorporated by Reference (Feb 98). 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Oct 98), DFARS 252.225-7001; Buy American Act and Balance Payment Program (Mar 98); 252.204-7004, Required Central Contractor Registration (Mar 98). FIRMS THAT RECOGNIZE AND CAN PROVIDE THE REQUIRED CAMPS DESCRIBED ABOVE ARE ENCOURAGED TO IDENTIFY THEMSELVES AND PROVIDE THE SUPPORTING EVIDENCE DESCRIBED HEREIN. 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 AND DEMONSTRATES HOW THEIR PROGRAM MEETS THE REQUIREMENT OF THE SOS. 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 TECHNICAL ACCEPTABILITY SHALL BE MADE. ONLY THOSE OFFERORS 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 OFFERORS WILL RECEIVE A PAST PERFORMANCE RISK ASSESSMENT RATING OF EXCEPTIONAL, VERY GOOD, SATISFACTORY, NEUTRAL, MARGINAL OR UNSATISFACTORY. 4) IF THE LOWEST PRICED TECHNICALLY ACCEPTABLE OFFER HAS RECEIVED AN EXCEPTIONAL PERFORMANCE RISK RATING, THAT OFFER REPRESENTS THE BEST VALUE FOR THE GOVERNMENT. AWARD SHALL BE MADE TO THAT OFFEROR WITHOUT FURTHER CONSIDERATION OF ANY OTHER OFFERS. 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 LOWEST PRICED OFFER IF THAT OFFEROR IS JUDGED TO HAVE A PERFORMANCE RISK RATING OF _VERY GOOD_ OR LOWER. IN THAT EVENT, THE CONTRACTING OFFICER SHALL MAKE AN INTEGRATED ASSESSMENT BEST VALUE AWARD DECISION. ALL RESPONSES RECEIVED BY THE DUE DATE WILL BE CONSIDERED BY THE GOVERNMENT. Offers are due at the 12th Contracting Squadron not later than 4:30 PM, Central Time, 30 Jul 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 15 August 1999. 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. Lakenheath UK, 2. Mildenhall UK, 3. Rhein Main GE, 4. Brooks TX, 5. Eglin FL, 6. Hill UT, 7. McClellan CA, 8. Los Angeles CA, 9. Kirtland NM, 10. Robins GA, 11. Wright-Patterson OH, 12. Elmendorf AK, 13. Hickam HI, 14. Osan KO, 15. Yokota JA, 16. Andrews MD, 17. Charleston SC, 18. McConnel KS, 19. Travis CA, 20. Hurlburt FL, 21. Laughlin TX, 22. Little Rock AR, 23. Beale CA, 24. Cannon NM, 25. Dyess TX, 26. Holloman NM, 27. Moody GA, 28. Nellis NV, 29. Seymore-Johnson NC, 30. Spangdahlem GE, Posted 07/16/99 (D-SN355380). (0197)

Loren Data Corp. http://www.ld.com (SYN# 0100 19990720\U-0005.SOL)


U - Education and Training Services Index Page