SOLICITATION NOTICE
G -- Summer Camp Adventure Program
- Notice Date
- 4/28/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 713990
— All Other Amusement and Recreation Industries
- Contracting Office
- Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
- ZIP Code
- 09461-0270
- Solicitation Number
- F2P3V29096A001
- Archive Date
- 5/23/2009
- Point of Contact
- JEFFREY LEWIS, Phone: 2262344
- E-Mail Address
-
jeffrey.lewis@lakenheath.af.mil
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation RFQ -SUMMER CAMP ADVENTURE PROGRAM - Reference (F2P3V29096A001) Requesting Agency: 48th Force Support Squadron (FSS), RAF Lakenheath, Brandon, Suffolk, IP27 9PN, United Kingdom Purchasing Agency: 48th Contracting Squadron - 48 CONS/LGCB RAF Lakenheath, Brandon, Suffolk, IP27 9PN, United Kingdom This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR 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 solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) reference number F2P3V29096A001. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 713990, Day Camps (except instructional). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31dated 20-Apr-09 and 2005-32 dated 31-Mar-09. Potential bidders are to provide a quote for the services outlined in the Performance Work Statement (PWS), which is included as an attachment to this solicitation: o Quote shall include a unit and total price for the following bid schedule: CLIN 0001 - FY09 Summer Camp Program Administration and Personnel Support in accordance with the attached Performance Work Statement Quantity10 weeks - Unit Price: _______ Total Price: _______ CLIN 1001 - OPTION YEAR - FY10 Summer Camp Program Administration and Personnel Support with a start date on or about 21-June-2010 and ending on or about 27-Aug-2010 Quantity10 weeks - Unit Price: _______ Total Price: _______ o Prices shall be all inclusive (i.e. all material, transportation, labor, etc.) o Prices shall be quoted in USD ($) and quotes shall be valid for a minimum of 30 days o Quote shall also include the contractor'sTechnical Capability as follows: a) RESUME for personnel outlined in the PWS b) PROJECTED SCHEDULE of events and programs The following clauses and provisions apply to this solicitation and are included by reference: Federal Acquisitions Regulation (FAR) Clauses: 52-204-7 Central Contractor Registration 52.212-1 Instructions to Offerors - Commercial Items (see addenda below) 52-212-3 Offeror Representations and Certifications - Commercial Items, Alt 1 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 52.217-5 Evaluation of Options 52.222-50 Combating Trafficking in Persons 52.232-33 Payment by Electronic Funds Transfer (EFT) - CCR 52-237-2 Protection of Government Buildings, Equipment, and Vegetation 52.245-1 Government Property, Alt 1 52.245-9 Use and Charges 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-5 Authorized Deviations in Provisions Department of Defense Federal Acquisition Regulations (DFAR): 252.204-7004 Alternate A (Required Central Contractor Registration) 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 252.222-7002 Compliance with Local Labor Laws (Overseas) 252.225-7042 Authorization to Perform 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7006 Value Added Tax Exclusion (United Kingdom) 252.229-7007 Verification of United States Receipt of Goods 252.229-7008 Relief of Import Duty (United Kingdom) 252.232-7003 Electronic Submission of Payment Requests 252.233-7001 Choice of Law (Overseas) Air Force Federal Acquisition Regulations (AFFAR): 5352.201-9101 Ombudsmen 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil 52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of the contract expiration. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of the contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 2 years and 6 months. (End of Clause) The Defense Priorities and Allocation System (DPAS) assigned rating is: none. Quote Specifics: Quotes are due to this office no later than 3:00p.m. Greenwich Mean Time, 8 May 2009. Quotes may be faxed to 01638-52-2189 or if dialing from outside United Kingdom 011-44-1638-52-2189, or sent via e-mail to jeffrey.lewis@lakenheath.af.mil or the Contracting Officer, charles.rhea@lakenheath.af.mil. All quotes must include the following information: 1. Company's complete mailing and remittance address 2. Discounts for prompt payment- if any 3. CAGE Code, Dunn & Bradstreet number (DUNS), and Taxpayer ID number (if previously obtained) 4. Quotes must be valid for a period of no less than 30 days. 5. Copy of Offeror Representations and Certification; please see FAR 52.212-3 Alt 1, for additional direction. Evaluation of Quotes: Quotes will be evaluated on the basis of ‘Best Value' to the Government, and must include a price quote and technical capability as described above. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Primary point of contact: Jeffrey Lewis, Contract Specialist, TEL: 01638-52-2344 or email: jeffrey.lewis@lakenheath.af.mil Secondary Point of contact: Charles D. Rhea, Contracting Officer, TEL: 01638-52-2235 or email: charles.rhea@lakenheath.af.mil Addenda As prescribed in FAR 12.302(d) the following addenda is provided for solicitation provision FAR 52.212-1 and hereby amends any language therein: INSTRUCTIONS TO VENDORS -- COMMERCIAL ITEMS (JUN 2008) *the term "solicitation" hereby references this combined synopsis solicitation* (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear on page one of this solicitation. (b) Submission of quotations. Submit quotations to the office specified in this solicitation on or before the date specified in this solicitation. Quotations may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number (2) The date specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the vendor; (4) A technical description in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the bidder shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (11) Since this quotation will not be submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Vendors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for validity of quotations. The vendor agrees to establish a firm timeframe in which the proposed price is good for. (e) Multiple quotations. Vendors are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. (i) Any quote, modification, revision, or withdrawal of a quote received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of quotes; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of quotes and was under the Government's control prior to the time set for receipt of quotes; or (C) If this solicitation is a request for quotation, it was the only quote received. (ii) However, a late modification of an otherwise successful quote, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the quote, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the Government office designated for receipt of quotes by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Quote may be withdrawn by written notice received at any time before the exact time set for receipt of quotes. Oral quotes in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile quotes, quotes may be withdrawn via facsimile received at any time before the exact time set for receipt of quotes, subject to the conditions specified in the solicitation concerning facsimile quotes. A quote may be withdrawn in person by a vendor or its authorized representative if, before the exact time set for receipt of quotes, the identity of the person requesting withdrawal is established and the person signs a receipt for the quote. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate quotations as described in FAR 13.106-2. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. The Government may accept other than the lowest quote; and waive informalities and minor irregularities in quotes received. (j) Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding $3,000, and quotations of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The vendor shall enter, in the block with its name and address on the cover page of its quotation, the annotation ``DUNS'' or ``DUNS +4'' followed by the DUNS or DUNS +4 number that identifies the vendor's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the vendor to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the vendor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A vendor within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A vendor located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The vendor should indicate that it is a vendor for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of a quotation, the vendor acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the vendor does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered vendor. Vendors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (End of Provision) In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. Attachment(s): Performance Work Statement PERFORMANCE WORK STATEMENT (PWS) I. Description of Services/General Information (definitions, etc) 1.1. SCOPE OF WORK 1.1.1, This is a non-personal service, non-instructional contract. The Contractor shall provide all services required to plan, staff, and operate the Summer Camp Adventure Program for the RAF Lakenheath Youth Program. The Summer Camp Adventure Program is a series of summer activities/Day camp mini-programs operated between the hours of 0630 to 1800, Monday through Friday, from 15 June 2009 through 22 August 2009. 1.1.2. The counselor/interns and director shall provide adequate coverage to ensure the camp participant to counselor ratio is no greater than 25:1. Due to lodging limitations, no more than six (6) counselors, to include the camp director, can be accommodated. Exact times for these programs will be determined by the Camp Director, the 48th Force Support Squadron Youth Director, and the 48th FSS School Age Coordinator at the weekly planning meeting outlined in Section 1.2.1. Required tasks are specified herein. The services will be performed in accordance with standard commercial practices, but shall obey all Air Force Instructions as outlined in Air Force Instruction 34-249 and AFMAN 34-251 at all times. 1.2. PLAN SUMMER CAMP ACTIVITIES 1.2.1. Plans and Programming for the Summer Camp mini-activities. Each week, the contractor's Camp Director, the 48th FSS Youth Services Director, and the 48th FSS School Age Coordinator shall plan and outline the scheduled mini-camps for the coming week. The plan shall include activities as outlined under Section 1.4.5. of this Performance Work Statement. The meeting will include plans for up to 144 children whom meet the criteria found under Section 1.5.1. of this Performance Work Statement. The Camp Director shall reference Air Force Manual 34-251 (Chapter 10), while planning these activities. Class size, as determined by Air Force Instruction 34-249 (Section 1.2.7.), shall be obeyed by the contractor while drafting the activities plan. 1.3. STAFFING FOR SUMMER CAMP PROGRAMS. 1.3.1.1 CAMP COUNSELOR INTERN: Staffing for Summer Camp Programs shall consist of personnel who shall be assuming the duties of Camp Counselor Interns. These individuals should have some formal education or training/experience in recreation/leisure services, physical education, and general education to add professionalism to the program. Camp Counselor interns must be able to read and write in college-level English. The vendor shall provide the contracting office with a full listing of their potential applicants to staff these positions as part of their response to the solicitation package. The solicitation response package shall include a resume listing their prior experience and or training in dealing with participants for the Summer Adventure Camp Program. 1.3.1.2 CAMP DIRECTOR: The Summer Adventure Camp program is required to have one (1) Camp Director. This individual shall be responsible for the day-to-day development, implementation and evaluation of the program. At a minimum, the camp director should have prior youth experience including one (1) year of experience as a camp counselor for an Air Force Summer Camp Program or similar activity. The vendor shall provide the contracting office with a full listing and resume of their potential applicant(s) to staff this position as part of their response to the solicitation package. Any changes to the position of Camp Director must be approved by the Contracting Officer. 1.4. OPERATION OF THE SUMMER CAMP PROGRAM 1.4.1. The contractor shall provide a one-week set-up phase from 9 June through 15 June. The contractor shall run the camps from 16 June 09 through 22 August 09, and provide a one-day shut down phase on 22 August 09. RAF Lakenheath Youth Programs will conduct an orientation, which covers local base rules and regulations. Other topics will include partnership relationship with the youth program, chain of command relationships, Services program, school-age program support to families and mission, family advocacy, child abuse/neglect reporting, group management/discipline procedures, emergency procedures for handling accident and injuries, prevention of exposure to blood and body fluids, children with special needs, and other local information. 1.4.2 The Contractor shall provide names and Social Security Numbers of Contractor's Program staff and their arrival information. The RAF Lakenheath Youth Program shall provide the Contractor with a more detailed orientation and prep time dates for the camp session, as well as a Point of Contact with commercial fax and telephone numbers three (3) calendar days after contract award. 1.4.3 Assistant Mini-Camp Program Managers: Each mini-camp shall be assigned a summer camp counselor, following class size ranges as determined by AFI 34-249 (Section 1.2.7.). This individual is responsible for the overall coordination of a single mini-camp activity, the duration of which shall be determined by the weekly planning meeting outlined in Section 1.2.1. All mini-camp program managers are to ensure that government supplied first aid kits are available, should they be required due to traveling sufficient distance from either the main Youth Services facility or the Base Gymnasium. The government is obligated to provide these kits. 1.4.4. While the contractor shall run and coordinate the summer camp programs, at no time will they be solely responsible for the care and control of the youths enrolled in the program. Final oversight and control of the participants of the program shall at all times remain with the personnel of the 48th Force Support Squadron, in accordance with AFI 34-249 (Section 1.2.4.3.). 1.4.5. Appropriate Summer Mini-Camp Programs. It shall be the responsibility of the camp director and counselor interns to plan, organize, schedule, and conduct a well rounded summer program that offers children and/or adolescents an opportunity to engage in a variety of age appropriate recreational activities that foster the mental, social, and physical well-being of each child and assists youth in overcoming the stress of relocation and adjustment to new peer groups. The program shall offer opportunities for creative and expressive experience, provide for the development of independence and feelings of self worth, and reflect geographic, ethnic and cultural differences. The day camp programs shall use creative contemporary themes to hold the interest of the campers. Thematic programming in specialty camps while optional is highly encouraged. The program shall use different formats and content areas to offer a variety of activities to meet various needs of youth. The program structure shall use format elements such as classes, clubs, rotating activities, activity programs, and interest centers. A rotation system where children rotate among activities shall also be used. The program shall include holiday programming where applicable, (i.e., 4th of July). Any holiday celebration should emphasize basic human values shared by different cultural and ethnic groups served by the program. Appropriate programs to be made available under this contract are listed below. This listing shall not preclude the contractor from proposing alternate activities, provided the scheduled activities do not violate any Air Force or DOD directives and are approved by both the 48th FSS Youth Director and the 48th FSS School Age Coordinator. Should either the Youth Center Director or the School Age Coordinator propose any activities, which the contractor believes falls outside of the scope of this contract, the Camp Director shall contact the 48th Contracting Squadron at the earliest available opportunity, where a final arbitration shall occur at the Contracting Officer's discretion. Day Camps *Day Camp programs provide a wide range of enjoyable summer adventures for children and youth. Day Camp programs are structured to serve participants only during daylight hours and offer individuals on opportunity to experience camp life in a convenient format for both children and parents. Sports Camps *Sport Camps are focused on helping children and youth learn sport skills, develop fitness, sportsmanship, and self-confidence. Learning Adventures * Pairs the Day Camp program with learning components such as math, reading, and science. Activities are developed by trained educators to facilitate learning in a specific are of need while offering the experience of camp life. Spirit Activities * The camps are focused on teaching cheerleading, basic stunts, tumbling dance and drill routines. Dance Pursuits *This program provides children and youth with the opportunity to explore the world of dance with an atmosphere that offers encouragement, challenge and development. Art Fest *Art Fest participants will be encouraged to focus their creative efforts on traditional art techniques as well as crafts; it is a chance for youth to discover the joy of creating with their own hands. Computer Activities *This program is focused on enhancing youth's computer skills. Basic user skills, word processing, internet and World Wide Web exploration. These computers shall remain within Bldg 250 at RAF Lakenheath. The contractor and the 48th FSS shall coordinate in providing any needed contractors with computer access for use with these computers. 1.4.6. Program Improvement Process: The Youth Director and/or School-Age Program Coordinator and the Summer Camp Program Director shall meet for 30-minutes, once a week, if required, to identify specific actions that may be taken to improve the overall quality of the day camp program. The meeting shall incorporate the principals of the Assessing School-Age Quality (ASQ) Program process and the Air Force School-Age Inspection Check List. When possible, a Family Member Support Flight Training and Curriculum Specialist shall participate in the meetings. When unavoidable circumstances preclude the weekly meeting from occurring, a mutually agreeable make-up date shall be scheduled. 1.4.7. The staff shall adopt universal precautions as outlined in Caring for Children, National Health and Safety Performance Standards, Guidelines for Out-Of-Home Child Care Programs available at the below website. All contractors are advised that should the below directives in any way divert with AFI 34-249 or AFMAN 34-251, that the Air Force guidance shall have precedence. http://nrc.uchsc.edu/CFOC/HTMLVersion/TOC.html 1.5. ADDITIONAL INFORMATION. 1.5.1. Customer base for the Summer Camp Program are US Military and Federal Employee youth between the ages of 5-18 years of age. 1.5.2. Participant-to-Counselor Intern ratios shall be no greater than 25:1, as directed by Air Force Instructions 34-249 (Section 1.2.7.), Youth Programs. High-risk activities should have a lower ratio, as applicable. 1.5.3. BACK GROUND CHECKS: 1.5.3.1. All Contractor staff shall meet standard youth programs guidelines in AFI 34-249 (Sections 2.2. and 4.3. and Department of Defense Instruction 1402.5) in reference to freedom of communicable disease, drug abuse, and child abuse. Staff must comply with requirements for a review of personnel and security records to include an FBI fingerprint check and State Criminal History Repository Check (SCHR) checks of residences listed on employment and security application. At a minimum SCHR check, communication in writing shall be made with each state, providing full identifying information concerning each applicant and requesting confirmation that the individual has not been convicted in that state of a sex crime, an offense involving a child victim, substance abuse felony, or a violent crime. Contractor employees shall submit a completed Standard Form 85P, "Questionnaire for Public Trust Positions", which shall be provided to by the Contractor. The reason for request shall be identified as OTHER and annotated as CHILD CARE. The FD Form 258, "FBI Applicant Fingerprint Card" and the completed Standard Form 85P shall be forwarded for processing to: Defense Investigative Service Personnel Investigative Center Attn: Air Force Liaison 881 Elkridge Landing Road Linthicum MD 21090 A copy of FD Form 258 and SF 85P may be found at these links: http://www.cybersecurityforensicanalyst.com/FD-258.htm and http://www.opm.gov/Forms/pdf_fill/sf85p.pdf. 1.5.3.2. If an SCHR check is not returned by the state (s) within 60 days, a final determination may be made based on the FBI fingerprint check and available background information by either the 48th MSG Youth Services Director or the 48th FSS School Age Coordinator, in association with the 48th Security Forces Squadron. While background checks are processing, staff may be provisionally hired as long as they are within the line-of-sight of an individual with a satisfactorily completed background check. Should any applicants fail their backgrounds checks, the procedures at Section 1.5.3.5 of this Performance Work Statement shall apply. Contract employees have the right to obtain a copy of the background check report and to challenge the accuracy and completeness of the information contained in the report. Contractor employees who have previously (within the past five years) received a background check must provide proof of the check or obtain a new one. 1.5.3.3. Staff has had a physical examination within the last 3 years and has the required immunizations for the United Kingdom. Personnel assigned outside the Continental United States (OCONUS) locations shall be screened for medical/emotional or special needs related conditions that may require special medical support or modified housing. 1.5.3.4. All counselor interns shall be trained to administer basic first aid and cardiopulmonary resuscitation (CPR) and be certified as qualified by a competent authority such as the Red Cross. This training shall be provided to the counselor interns by the Contractor, at no cost to the Air Force, prior to the counselor interns working in the field. Valid (non-expired) copies of these training certificates shall be submitted to the Contracting Office no later than 14 calendar days after the date of contract award. 1.5.3.5. Contractor employee default. Should any of the contractor employees fail to complete the full term of the Camp, the contractor shall be obligated to refund the approximate portion of this employees labor back to the U.S. Government. Failure to qualify for the background check shall serve as grounds for this default. (Example: Day camp is scheduled for 11 weeks, plus one-week set-up. The employee completes the first 6 weeks, but returns home after this. The contractor shall refund 50% of the job payment for this individual). RAF Lakenheath shall still provide return transportation to the UK London metropolitan area, should it deemed appropriate by the Contracting Officer. No refund, however, would be offered forany return expenses incurred by the contractor, and no replacement individual would be accepted for any of the remaining work. 1.5.4. The Contractor shall be responsible for ensuring the arrival of all personnel for this requirement to a single location in the London, UK metropolitan area. The Contractor shall be responsible for publishing the staff-operating manual and providing one (1) copy for the Youth Services Director no later than 15 June 2009. The Contractor is encouraged to furnish a list of necessary supplies to the RAF Lakenheath Contracting office upon award of the contract. The list should provide a general outline of requested materials for the various programs, which the contractor intends to operate. The contractor shall be responsible for passport and visa arrangements for its staff. II. Services Summary 2.1. Quality Control. The contractor shall be responsible for the creation and format of the quality control plan. This plan should be clearly understandable and compliant with current Air Force policy for Performance Based Services, Air Force Instruction 63-124. 2.2. The Camp Director shall be the head of the quality control program, with the head of the 48th Youth Center being the Quality Assurance Evaluation Personnel. There is to be a scheduled weekly meeting for the planning and proper execution of this requirement, it is strongly encouraged that both the government end user (48th FSS) and the contractor work towards cooperation in meeting one another's needs. 2.3. This PWS requires a weekly quality control assessment (Section 1.4.6.). The assessments are to be supplemented with two formal reviews from the Camp Director providing both an oral and written report on findings and recommendations to improve contract performance. 2.4. As this is a non-personnel service contract, the contractor employees shall obey the correct procedures for correcting discrepancies. Any problems or concerns raised by either U.S. Government personnel or end users should be directed solely to the Administering Contracting specialist (48th Contracting Sq) of this award. No major modifications to the scope of the work shall be performed by the contractors without prior approval of a warranted Contracting Officer. The contractor is to brief their employees of this matter, by providing a copy of this PWS to them prior to commencement of work. III. Government Furnished Property and Services: The government will provide the facilities, fixtures, equipment, materials and services listed here. 3.1. PROPERTY. 3.1.1. FACILITIES: Facilities available for day camp programs include the use of areas of the Youth Center location with activity spaces (indoor and outdoor), access to a gymnasium, and outdoor sports fields on U.S. military controlled property. The majority of the activities will take place at Building 250, Youth Services Center, on RAF Lakenheath. The government shall be responsible for the utilities used in any government facilities. Coordination for use of the gymnasium, or any other RAF Lakenheath facility, shall be the responsibility of the Youth Director; their necessity being determined at the weekly planning meeting held under Section 1.2.1. 3.1.1.1. Lodging space for all Camp Directors and Counselor Interns shall be provided at no cost to the contractor. The personnel (no greater than six (6)) shall be housed at the 48th FSS Department Of Defense Dependents Schools Intern Housing Facility at RAF Feltwell. The contractor shall be entitled to housing for these six (6) individuals at the government facility from 9 June 09 through 23 Aug 09. All utilities for this location including electricity, sewage, etc. shall be at government expense. However, contractor personnel shall be held liable for any damages reasonably justified as being caused by contractor employees. The Contracting Officer shall be the final determining authority if a decision needs to be made when the contractor and the government user cannot agree on the preceding matter. 3.2. GOVERNMENT FURNISHED MATERIALS. 3.2.1. The Government shall at a minimum provide the following supplies for the first aid kits: Disposable Rubber Gloves, Adhesive Bandages, Sterile Gauze, Tape, Liquid Sap, Zip Lock Bags, Small Scissors, Chemical Cold Packs (This requirement may be deleted when ice is available on site.), Tweezers and CPR Mouthpiece Barriers. A portable first aid kit provided by the Youth Center shall be available to support each group of campers away from the Youth Services Facility. 3.2.2. The Contractor shall furnish training materials for the training of the camp director and camp counselor interns. The Government may furnish materials, such as Department of Defense Dependant Schools School-Age Training Modules, under this contract at no cost and these materials shall only be used in performance of services under this contract. All materials required to operate the Summer Camp Programs shall be government furnished. All issued accountable materials shall be returned not later than one (1) day following program closure. Contractor shall bear replacement costs for any lost, damaged or stolen Government Furnished Materials. The Government must be able to furnish proof that Contractor's counselor intern(s) is responsible for lost, damaged, or stolen materials. 3.2.3. Identification cards shall be issued to all contractor personnel as by the base. Identification cards (Uniformed Services Identification and Privileges Card, DD 1173, 1 March 1961 or latest edition) for commissary and Post Exchange privileges shall be issued. Return of same is required on the last working day of camp as a part of the exit checkout procedure followed by Contractor personnel. The 48th FSS and 48th SFS shall be responsible for coordination of these requirements, under the supervision and direction of the 48th FSS Youth Director. 3.3. MATERIALS FOR USE BY THE CAMP PARTICIPANTS. 3.3.1. At no time under this contract, shall the contractor be obligated to provide or be reimbursed for any materials to be used by the individual Summer Camp participants. Sole responsibility to provide all materials to be used by said campers falls on the 48th FSS and RAF Lakenheath. (I.e. arts and craft supplies, jerseys and sports equipment, and computer programs/equipment). This release shall not be construed to release the contractor from what is deemed as common sense care and maintenance of the government furnished supplies. Any supplies deemed foolishly damaged or wasted by the contractor's personnel shall be replaced and or repaired at the contractor's expense. The determination of said Fraud, Waste, or Abuse shall be the sole discretion of the Contracting Officer. 3.4. SERVICES PROVIDED BY THE GOVERNMENT FOR CONTRACTOR PERSONEL 3.4.1. Registration for the RAF Lakenheath Adventure Summer Camp shall be performed by 48th Force Support Personnel currently employed by the 48th FSS Youth Center. Registration for the participants is to be handled exclusively by the 48th FSS Youth Center personnel. 3.4.2. The government shall provide transportation, for the contractor personnel employed under this contract, for purposes of pick-up and delivery from RAF Lakenheath to any international terminals in the London, UK area should the contractor request and require such services for the six (6) individuals to be employed at RAF Lakenheath. This service shall only be provided once (round trip) for commencement and completion of this contract. 3.4.3. The government shall also provide daily transportation (round trip) for the pickup and drop-off of personnel at the commencement and completion of the duty-day for the six (6) personnel living at the DODDS dorm at RAF Feltwell to the Youth Services Center on RAF Lakenheath. The time for this pick-up and delivery will be subject to the duty day determination made for that day at the prior week's planning meeting (as outlined in Section 1.2.1.). 3.4.4. The government shall provide (should the Youth Services Director determine necessary) USAFE driver's licenses for up to six (6) of the contractor's personnel during the duration of this contract. This license is solely available to individuals with valid U.S. driver's licenses with copies of their individual driving record. The driving record must be no older than ninety (90) days prior to the date of application. No expense will be charged; however, a two hour class is mandatory - and receipt of the license is dependent on receiving a passing grade on the subsequent test. Further information may be found at: http://www.mildenhall.af.mil/shared/media/document/AFD-070201-012.doc. 3.4.5. Work related injuries and illnesses will be covered by the installation and emergency medical facilities and services will be available on a reimbursable basis. IV. Work Load Estimates 4.1.1. The approximate workload estimate is a basic 40 hours a week schedule. Historical estimates indicate that we will have the class maximum of 144 participants of various age groups. Prior performance on this award has been handled by university students pursuing degrees in child education, sports, and education.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2b4210b7b359c1a43162c8e8c13ba626&tab=core&_cview=1)
- Place of Performance
- Address: RAF Lakenheath, England, United Kingdom, United Kingdom
- Record
- SN01804381-W 20090430/090428222502-2b4210b7b359c1a43162c8e8c13ba626 (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 |