Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2014 FBO #4459
SOLICITATION NOTICE

V -- Military and Family Readiness Operations Youth Progam Camp 2014.

Notice Date
2/6/2014
 
Notice Type
Presolicitation
 
NAICS
712190 — Nature Parks and Other Similar Institutions
 
Contracting Office
USPFO for Tennessee, P.O. Box 40748, Nashville, TN 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W912L7-14-T-0002
 
Response Due
2/21/2014
 
Archive Date
4/7/2014
 
Point of Contact
Rhonda Lien, 615-313-0530
 
E-Mail Address
USPFO for Tennessee
(rhonda.m.lien.ctr@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Military and Family Readiness Operations Youth Program 2014 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being solicited and a written solicitation will not be issued. Solicitation number W912L7-14-T-0002 is hereby issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. This requirement is being advertised as unrestricted; the North American Industry Classification System (NAICS) Code(s) are 712190 and 721214, with a Size Standard of $7M. The following clauses are applicable to this acquisition: The TN National Guard is Requesting a Proposal for The Youth Camp Development Week - Lodging/Meals/Actives for approximately 220 Youth and 60 Adults. We are requesting Camp dates ranging from 31 MAY 2014 to 2 August 2014. For complete information, see the SOW and RFP. (A) 52.204-99 -- SYSTEM FOR AWARD MANAGEMENT REGISTRATION (DEVIATION) (B) 52.212-2 EVALUATION - COMMERCIAL ITEMS: As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Vendor must be current with Certification on SAM - https://www.sam.gov/portal/public/SAM/#1 2. Vendor must have NASIC CODE of 712190 or 721214 in order to qualify for award. 3. Vendor will provide a FULL menu upon award and cost per person/meal - RFP Pricing Template provided. 4. Supply description of the following with your proposal; Type of facilities, Activities, Sample Menu, and Example of Schedule. See SOW and RFP for additional information. 5. Vendor will provide GRAND TOTAL with the proposal and specify date that you have available for camp on the RFP. 6. Vendor must submit proposal on time in order to be consider in award process. Check for modifications on FedBiz Opps. 7. Vendor must comply with the Statement of Work and RFP - Request for Proposal pricing template in order to be considered for award. 8. Award will be based on Lowest Priced technically acceptable for the Government. 9. Invoicing/Billing will be done electronically through WAWF-Wide Area Workflow - https://wawf.eb.mil/ after event has been completed. 10. Award/Contract is a firm fixed price contract. 11. The vendor that receives the award will be required to provide proof of National Agency Check (NAC) SF85P for all personnel in attendance at the camp. Notification of award or acceptance of an offer will be emailed to the contractor. (C) 52.212-3: OFFEROR REPRESENT ATIONS AND CERTICATIONS - COMMERCIAL ITEMS: (D) 52.212-4: CONTRACT TERMS AND CONDITIONS - COMMERICAL ITEMS (E) 52-212-5: (DEV) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (NOV 2011) (DEVIATION), - (FILL-IN) (F) 52.203-13, CONTRACTOR CODE OF BUSINESS ETHICS AND CONDUCT (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (G) 52.219-8, UTILIZATION OF SMALL BUSINESS CONCERNS (Dec 2010). (H) 52.226-6, PROMOTING EXCESS FOOD DONATION TO NONPROFIT ORGANIZATIONS. (Mar 2009) (I) 52.222-26, EQUAL OPPORTUNITY (Mar 2007) (E.O. 11246). (J) 52.222-35, EQUAL OPPORTUNITY FOR VETERANS (Sep 2010) (38 U.S.C. 4212). (K) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (Oct 2010) (29 U.S.C. 793). (L) 52.222-40, NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (Dec 2010) (M) 52.222-41, SERVICE CONTRACT ACT OF 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (N) 52.222-50, COMBATING TRAFFICKING IN PERSONS (Feb 2009) (22 U.S.C. 7104( (x) 52.222-51, (O) 52.222-51, EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT ACT TO CONTRACTS FOR MAINTENANCE, CALIBRATION, OF REPAIR OF CERTAIN EQUIPMENT-REQUIREMENTS (Nov 2007) (41 U.S.C. 351, et seq.). (P) 52.222-54, EMPLOYMENT ELIGIBILITY VERIFICATION (Jan 2009). (Q) 52.232-99 (DEV): PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION) (R) 52.239-1 PRIVACY OR SECURITY SAFEGUARDS. (R) 252.212-7001(DEV): CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010) (DEVIATION), (S) 252.232: 7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) - The TN National Guard is Requesting a Proposal for The Youth Camp Development Week - Lodging/Meals/Actives for approximately 220 Youth and 60 Adults. We are requesting Camp dates ranging from 31 MAY 2014 to 2 August 2014. For complete information, see the SOW and RFP. STATEMENT OF WORK Tennessee National Guard Military and Family Readiness Operations Youth Programs Description: Tennessee National Guard Youth Development Week 2014 The government desires proposed prices not to exceed the government per Diem (lodging and meals), http://www.gsa.gov/portal/category/100120 rate within vendor's geographical area (within the state of Tennessee) as authorized by the Joint Travel Regulation. Offerors will be evaluated using the lowest price technically acceptable source selection process in FAR 15.101-2. Camps Dates: Any seven consecutive days (Saturday to Saturday) between 31 May 2014 - 2 August 2014 will be acceptable. The week of 28 June-5 July will be excluded due to Independence Day falling within this week. Vendor will add their PROPOSED DATE on the RFP-Request for Proposal when submitting their quote. In order to maximize Youth Program services to geographically dispersed Service member dependants, a location in middle TN is preferred. However, the contract will not be awarded solely on location. Please see RFP worksheet within this document for submitting pricing. Vendor will not charge gratuity for meals included by this contract. All prices quoted will be inclusive of all event requirements (vendor will supply audio visual, parking fees per vehicle, surcharges, and local taxes). Tennessee National Guard is a tax-exempt entity. State sales tax on lodging and meals is exempt and cannot be charged to users/occupants. This requirement is subject to the applicable OSHA regulations. See www.OSHA.gov Security Requirements The contractor is required to complete the National Agency Check (NAC) SF85P for all personnel in attendance and will ensure a secure environment for all children by checking every employee and volunteer to be suitable and free from any and all felonies, child abuse or rape charges on their record. Lodging: 0001Vendor will provide lodging areas for 220 youth participants and 60 adult instructors. 1. Each child and each adult instructor must have an individual bed. 2. Youth and adults are required to have separate sleeping areas, with the exception of: 3. One adult bed will be available in the youth sleeping area for every 15 youth in order to provide adequate adult supervision at night. (Total number of adult beds necessary will total 16. These beds will be in addition to the 220 youth beds and in the same sleeping area.) 4. Males and females (children and adults) must have separate sleeping areas 5. Venue must have separate bathroom and shower facilities for males and females 6. Bathroom and Shower facilities must be in close proximity to sleeping areas 7. There will be a ratio of no more than six (6) beds per every one (1) shower. If this ratio cannot be met, vendor will provide additional shower facilities via portable shower trailers. Separate trailers for males and females are required. 8. Youth facilities must be separate from adult facilities 9. Permanent structure housing is the only type of acceptable housing. No tents. 10. Permanent buildings must have air conditioning provided by the vendor. Administration Facilities: 0002 Vendor will provide 6 (six) air conditioned buildings for dining, administrative, medical, and indoor recreation. 1. If no air conditioning is available, vendor is required to heat and cool appropriately for weather conditions. 2. Vendor will spray all buildings for pests prior to arrival, and provide pest spray for use in each building sleeping area. 3. 1 (one) dining facility-See CLIN 0007 4. Vendor will provide 1 (one) administrative building. 5. Building will be equipped with tables or desks and chairs to accommodate 6 (six) adult instructors. 6. Building will have electrical outlets and will have access to internet portals or wireless internet. 7. Vendor will provide 4 (four) multipurpose buildings 8. 1 (one) building will be large enough to accommodate 200 people i. this building will have an open floor plan to allow for indoor recreation during inclement weather b. 2 (two) buildings must be large enough to accommodate at least 100 people i. buildings will have tables and chairs to accommodate 60 campers for arts and crafts and course instruction c. 1 (one) building will be designated as a medical station i. The building will be... 1. equipped with no less than 6 (six) cots for treatment purposes; 2. equipped with 2 (two) tables and 2 (two) chairs for administrative purposes; 3. equipped with a working refrigerator and; 4. located in close proximity to youth lodging area * Laundry will be taken off site for daily washing. If available, use of any on site washer & dryer will be made available for any incidental laundry needs. Recreational Facilities and Equipment: 0003Vendor will make available all on-site fields, equipment and activities that would be available or offered to the general public, official organizations or other groups for the duration of the week. This will include all activities considered to be quote mark high-adventure quote mark 1. Required activities listed: a. Pool with lifeguards. b. High and low, ropes courses must be offered. c. Archery and/or shooting range must be offered. d. Large open field must be available daily. Field must be approximately a football field size. 2. The following activities will be considered quote mark required quote mark if they are on location. Additional activities, courses or ranges, etc will not be limited to those stated below if vendor has other options: 3. Rappelling; 4. Nature trails or other access to hiking; 5. If available, waterfront location with access to vendor provided motor boating, canoeing and fishing, as well as any other water activities; 6. Ziplines; 7. As needed, certified course instructors & lifeguards will be provided by the vendor; 8. Vendor will provide all necessary equipment for every activity offered; 9. Vendor will allow TN Army National Guard to provide or supplement any equipment not available for use. 10. Child and Youth Coordinators will provide vendor with tentative training schedule after the contract is awarded. In the case of inclement weather, opportunity will be granted by the vendor to deviate from the schedule. Meals: Health and Safety, food standards are subject to www.OSHA.gov 1. Clean drinking water must be readily available at all times. 2. Vendor will provide daily access to unlimited ice. 3. All food portions will be as follows: a. Meat- minimum serving size of 6 oz., cooked weight b. Vegetables- minimum serving size each of 4 oz. cooked weight c. Garden Salad- 4oz. d. Bread- 1 dinner roll e. Dessert- 6 oz. individually packaged portion per person 4. All meal times will be as follows except where noted (see CLIN 0004 and 0006): a. Breakfast: 8:00 am-9:00 am b. Lunch:11:30 am-12:30 pm c. Afternoon snack: 3:30-4:00 pm d. Dinner: 5:00-6:00 pm e. Evening snack: 8:30-9:00 pm 5. Vendor's staff will serve food at each meal. 6. Fresh fruit will be offered at every meal and snack. 7. Vendor will provide an ample supply of paper goods: plates, cups, napkins and picnic ware for each meal as well as an ample supply of condiments such as salad dressing packet choices, salad toppings, ketchup, mustard, relish, butter, jellies, syrup, salt and pepper, coffee creamer, sugar and sugar substitute, etc. All condiments will be offered in individual packets. 8. An individual garden salad will be offered at both the lunch and dinner meals and will not be considered one of the two vegetable requirements. Fresh lettuces will be served daily and will not be re-served the following day. A variety of individual dressing packet choices will be provided every time a salad is served. 9. Dessert items will be provided with lunch and dinner meals only. Items will include a variety of cookies, brownies, cake or ice cream. 10. Beverages will consist of water, tea, Gatorade, lemonade and milk, both plain and chocolate. No soft drinks will be offered at meals from the dinner meal on Sunday through the breakfast meal on Saturday. 11. Juice, such as Capri Sun, will be available at evening Snack (8:30-9:00 pm). 12. Hair nets and gloves will be worn at all times during handling, preparation, and serving of food. To be conforming to Occupational Safety and Health Standards. a. www.OSHA.gov 13. Vendor will not serve leftover food from previous meals at subsequent meals. 14. Portions will continue to be served as long as food is available during designated meal times. 15. Individual menu items may be repeated during the week; however any one daily meal plan will not be repeated without prior approval of Child and Youth Coordinators. 16. Vendor will provide a full menu prior to event in advance to be approved. 17. Final menu approving authority will be the Tennessee National Guard Child and Youth Coordinators. 18. Vendor will provide trash bags and garbage receptacles. 19. No alcoholic beverages will be included or authorized in contract. 20. Vendor will clean kitchen area following each meal. ADULT VOLUNTEERS ARRIVE SATURDAY - 2 pm Advance Party Meals 0004Dinner for 60 people. (Sat. at 6 pm-7 pm) Items will consist of, but are not limited to, two main courses- cooked weight and individually wrapped: 1. Chicken Tenders: 4 per person 2. Tender as any strip of breast meat from the bird indicated (e.g. a Chicken Tender.) 3. No Nuggets in place of Chicken Tenders 4. Pork chops 5. Hotdogs/corndogs/chilidogs: 2 per person 6. BBQ pork or chicken 7. Ribs 8. Lasagna 9. Spaghetti 10. Grilled chicken sandwiches 11. Grilled cheese sandwiches: 2 per person, with soup 12. Popcorn shrimp 13. Hamburgers/cheeseburgers: 6oz each cooked to medium-well 14. Tacos (2-3 per person, choice of hard and soft shell) 15. Pizza: 2 slices per person 16. Macaroni and cheese 0005Breakfast for 60 people. (Sun. at 8 am-9 am) Items will include, but are not limited to, the following: 1. muffins or bagels 2. pastries 3. biscuit breakfast sandwiches 4. yogurt with granola 5. coffee 6. various juices 7. milk 0006Lunch for 90 people. (Sun. at 11 am-12 pm) Vendor will provide a pre-packed sack lunch in a paper bag on Sunday for approximately 90 people. Lunch meal will consist of a minimum of the following: 1. sub-shop' style cold-cut variety sandwiches such as a. Chicken salad croissants b. Turkey and/or ham & cheese c. Roast beef & cheese 2. individual bagged chips 3. a choice of fresh whole fruit 4. a dessert of cookies or brownies 5. Drinks will include a choice of chilled soda, both diet and regular (12oz min.), as well as sweet tea and water. 6. Vendor will also provide paper plates, bowls, napkins, cups, picnic ware and condiments **** SOFT DRINKS WILL ONLY BE AVAILABLE DAILY AFTER 9 PM**** CHILDREN ARRIVE SUNDAY AFTERNOON 0007 Daily Meals (Sun. evening-Fri. evening) * Vendor will provide three (3) full meals daily. * Vendor will provide all meals and eating area for all food to be served and consumed, with seating for at least 280 people. If available space cannot accommodate the entire group, shift-feeding of 140 people is acceptable. * The first meal served for 280 people will be the dinner meal on Sunday. * Due to a possibility of children with severe peanut allergies NO FOOD PRODUCTS CONTAINING PEANUTS or peanut butter will be offered. This includes frying food in peanut oil. 8. Daily Breakfast items (Mon.-Fri.) will include, but are not limited to, the following: cooked weight and individually wrapped 1. eggs; 2 per person 2. breakfast meats 3. pancakes or waffles; 3 per person; 4 quote mark diameter 4. muffins or bagels 5. toast and jellies 6. biscuit breakfast sandwiches 7. assorted dry cereal choices 8. yogurt 9. coffee 10. various juices 11. milk (individual pint carton of both plain and chocolate choices) 9. Daily Lunch and dinner items (Sun.-Fri.) will consist of, but are not limited to, two main courses- cooked weight and individually wrapped : 1. Chicken Tenders: 4 per person 2. Tender as any strip of breast meat from the bird indicated (e.g. a Chicken Tender.) 3. No Nuggets in place of Chicken Tenders 4. Pork chops 5. Hotdogs/corndogs/chilidogs: 2 per person 6. BBQ pork or chicken 7. Ribs 8. Lasagna 9. Spaghetti 10. Grilled chicken sandwiches 11. Grilled cheese sandwiches: 2 per person, with soup 12. Popcorn shrimp 13. Hamburgers/cheeseburgers: 6oz each cooked to medium-well 14. Tacos (2-3 per person, choice of hard and soft shell) 15. Pizza: 2 slices per person 16. Macaroni and cheese 17. Cold-cut sandwiches are only acceptable options for a lunch meal and will be served no more than twice during the course of the week, to include the sack meal day. * Pre-packed, sack style meal may be requested for one day of the camp for the dinner meal only. Coordination for this will be made with the vendor prior to the start of the camp. Vendor will provide these meals in paper bags. 0008 Afternoon and Evening snack for 280 people (Sun.-Fri.) * Choices will include 1 piece of fruit AND 1additional item such as: 1. Individually bagged chips 2. Individually packaged Granola bars 3. Fruit snacks (fruit roll-ups) 4. Individually packaged cookies 5. Individually packaged cheese and crackers 6. Individually packaged Rice Crispy Treats 7. Individually packaged quote mark Little Debbie quote mark or quote mark Hostess quote mark type cakes CAMPERS DEPART SATURDAY - 10am 0009 Breakfast for 280 people (Final Saturday of Camp) * Breakfast items will include, but are not limited to, the following: 1. muffins or bagels 2. pastries 3. biscuit/breakfast sandwiches 4. yogurt with granola 5. coffee 6. various juice box/bottle (6 oz min.) 7. milk carton/bottle (6 oz min.) 0010Lunch for 125 people (Final Saturday of Camp) * Vendor will provide a pre-packed sack lunch in a paper bag and will be available for pick-up following the graduation ceremony on the day of departure. 1. 'sub-shop' style cold-cut variety sandwiches such as a. Chicken salad croissants b. Turkey and/or ham & cheese c. Roast beef & cheese 2. individual bagged chips 3. a choice of fresh whole fruit 4. a dessert of cookies or brownies 5. juice box/bottle (6oz min) 6. Vendor will also provide paper plates, bowls, napkins, cups, picnic ware and condiments Additional Requirements: 0011Transportation If available and on site, Vendor will provide the use of utility type vehicles such as Gators or golf carts for camp staff to use for supply needs and medical evacuation purposes. Size of camp site will determine number of needed utility vehicles. A minimum of two (2) will be needed with a possible need for Five (5) utility vehicles. Fuel for gas- powered vehicles will be provided by vendor. Any additional transportation assets of vendor, such as 15 PAX vans, buses, etc., will be available and will be offered for use and will be included in proposal. * Cost for use of utility vehicles may be included in cost of facility use but must be stated as such for comparison of vendor quotes. Not a deciding factor for award. 0012 Occupancy Contingencies In the event Vendor cannot provide The Tennessee National Guard Youth Program with sole occupancy, Tennessee National Guard Youth Program will have the option to be segregated from other occupants of the camp facility for the duration of the camp week. The following contingencies will apply to a segregated camp: * All TN-ARNG minor campers will be lodged in separate sleeping quarters from campers of other organizations; * Separate sleeping quarters for adult volunteers is preferable; * Only TN-ARNG identified adult volunteers will be designated as over-night chaperones; * TN-ARNG campers will have sole occupancy of any designated field or activity site for the duration of each scheduled event; * TN-ARNG will be the sole occupant of any assigned administration buildings ; * If Vendor does not have an on-site Health & Wellness center, Vendor will allow for TN-ARNG space to provide health services for only TN-ARNG campers and volunteers; * Dining separately is preferable, segregated dining is acceptable provided vendor meals are in accordance with the specifications in the Statement of Work. * Vendor will ensure all volunteers and staff are in accordance with security specifications of this Statement of Work. Additional Instructions: * When submitting a proposal, all vendors MUST be Certified and provide DUNN and Bradstreet number, Tax Identification number, and vendors must already have their Representations and Certifications completed in https://www.sam.gov/portal/public/SAM/#1 / prior to submission of proposal. * POC for this Request for Proposal is Rhonda Lien - Email: rhonda.m.lien.ctr@mail.mil * Phone: 615-313-0530. Please call if there are any questions pertaining to this request. End of SOW. The Tennessee National Guard is requesting proposals for the quote mark Military and Family Readiness Operations Youth Program 2014 quote mark. Quotes are due in this office no later than Friday, February 21, 2014, at 11:00am CST Daylight Time. All proposals should be emailed to Rhonda.m.lien.ctr@mail.mil - NLT 21 FEB 2014 11:00am CST. Point of Contact referencing this solicitation is Rhonda Lien at 615-313-0530. Please see the attached Statement of Work, the RFP (Excel Spread Sheet), WAWF - Payment Terms and the Wage Determination. In response to this solicitation, please return the following, Excel Spreadsheet with your Contact Information, DUNNS#, CAGE Code, and Tax ID. If you have any questions, contact Rhonda Lien - rhonda.m.lien.ctr@mail.mil or 615-313-0530 Enclosure: RFP - Request for Proposal SOW - Statement of Work WAWF - Billing Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W912L7-14-T-0002/listing.html)
 
Place of Performance
Address: USPFO for Tennessee P.O. Box 40748, Nashville TN
Zip Code: 37204-0748
 
Record
SN03283224-W 20140208/140206235406-287d2ac600e3ddfe47c801a1b105337b (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.