SOLICITATION NOTICE
G -- Camp WANGY Youth Camp
- Notice Date
- 5/25/2022 11:31:22 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721214
— Recreational and Vacation Camps (except Campgrounds)
- Contracting Office
- W7N6 USPFO ACTIVITY WAANG 141 FAIRCHILD AFB WA 99011-9439 USA
- ZIP Code
- 99011-9439
- Solicitation Number
- W50S9D22Q5003
- Response Due
- 6/8/2022 2:00:00 PM
- Archive Date
- 06/23/2022
- Point of Contact
- Matthew R. Richard, Phone: 5092477223, Robert D. Jones, Phone: 5092477224
- E-Mail Address
-
Matthew.Richard@us.af.mil, robert.jones.88@us.af.mil
(Matthew.Richard@us.af.mil, robert.jones.88@us.af.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number W50S9D22Q5003 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06, Dated 1 May 2022 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20220428.� It is the contractor�s responsibility to become familiar with applicable clauses and provisions. �This acquisition is under North American Industry Classification Standards (NAICS) code 721214 with annual revenue not to exceed $8M. The government intends to award a Firm Fixed Price (FFP) contract to a qualified business deemed responsive in accordance with Federal Acquisition Regulation (FAR) Part 13. Quotes must conform to all requirements outlined in this Request for Quote (RFQ) and will be evaluated based upon the best value of the requirement.� Camp dates are 20-26 Aug and non-negotiable. This office will consider any late quotes or any late revisions of quotes as non-responsive. In no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government. Description of Requirement: Contractor will provide a camp facility which includes: lodging with individual beds, indoor and outdoor meeting space, recreation activities, and meals during the week of 20-26 August 2022 (7 days, 6 nights) for an annual youth camp. Camp Facility must be within one hour of Spokane. Facility must be accredited by the American Camp Association. Camp is not to be shared with other groups during this camp time period. Contractor will provide staff to facilitate programming, to include but not limited to swimming, boating, climbing wall, archery, challenge course, high ropes course and other recreational activities. Staff to facilitate programming will be available during all 6 days. All staff must have background checks on file and proper certifications for programming. Lifeguards must be certified by a nationally recognized body or equivalent certification with documented related skills, have First Aid & CPR certification, and follow standard policies and procedures. CLIN 0001: Summer Youth Camp QTY: 1 Job Total for camp and all food/activities: $__________________ Statement of Work: 1.0) Room Reservations/Check In 1.1- Individual beds must be available for 50 youth and 50 staff. Separate beds will be available for males and females. 1.2- Camp facility will hold at minimum 100 beds.� 1.3- Check in for camp staff (adults and junior counselors) will occur on day 1, approximately 3PM. Check out for camp staff will occur on day 7, approximately 12PM. 1.4- Check in for first group campers will occur on day 2, approximately 10AM. Check out for first group campers will occur on day 4, approximately 10AM. Check in for second group of campers will occur on day 4, approximately 1PM. Check out for second group of campers will occur on day 7, approximately 10AM. 1.5- These numbers are for planning purposes only. A final number of participants will be given to the facility no later than 10 days prior to the event. 2.0) Room Accommodations ����� 2.1- Rooms will be clean and safe commensurate with American Camping Association Standards. ����������� ����������� 2.2- Occupants will have access to proper restroom / shower facilities for all participants within reasonable distance to lodging.� ������� 3.0) Facilities Available ����������� 3.1- Camp facility must be accredited by the American Camp Association.� 3.2- Camp facility will need to have a swim area, boating, and have certified lifeguards on staff available that we can rent as to transfer liability. ����������� 3.3- Camp facility will have a nurse cabin / medical facility that will be available for use by medical team. Space will include beds for sick youth, area to dispense medication, locking medical record storage, and is suitable to treat any potential patients. 3.4- Camp facility will have challenge course, climbing wall, archery and other recreational activities available for rent, along with trained certified staff in facilitating activities. Staff must have background checks on file.�� 3.5- Camp facility will have an arts & craft area that is available for use. Camp will allow use of the space and allow for our own art staff to facilitate activities and workshops. 3.6- Camp facility will have a camp fire area that is available on a nightly basis for use and will be able to accommodate full camp (100 people). 3.7- Camp facility will have indoor and outdoor space that can be used for workshops / classes / sporting activities during week at camp. 4.0) Meals 4.1- The camp will provide meals for camp and dining facility will be available to host meals. Dining facility will be available to host 3 meals / 1 snack each day. Camp will work with Camp Director to establish menu for the week.��� 4.2- Meals Breakdown Day 1 � D for 50 Day 2 � B for 50, L/D for 100 Day 3 � B/L/D for 100 Day 4 � B for 100, L for 50, D for 100 Day 5 � B/L/D for 100 Day 6 � B/L/D for 100 Day 7 � B for 100 4.2- Dining facility will have enough room to house 100 people in dining facility at the same time. ����������� 5.0) Payment Procedures� ��� 5.1- Venue will submit invoices in WAWF per the direction of the contract. 5.2- The government reserves the right to cancel the event no later than ten days prior to event with no cost or liability for payment. 5.3- Government will NOT pay and is NOT LIABLE for additional requests above what has been determined prior to event. These items must/will be paid for directly by the individual occupants prior to checkout. Quote Information: Quotes must be submitted and received no later than 2:00 PM Pacific Time 8 June 2022. Electronic offers preferred, telephone quotes will not be accepted. Quotes may be e-mailed to the attention of the points of contact listed below. ����������� Buyer: Matthew Richard ����������� Alternate Buyer:� Robert Jones ����������� Email:�� 141MSG.MSC@us.af.mil � Award will only be made to contractors who have registered with System for Award Management (SAM).� Vendors may register at: http://www.sam.gov Submission of Invoices: In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF).��Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission�of Payment Requests. Provisions and Clauses: Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. FAC 2022-06, DATED: 1 May 2022. Contractors must be actively registered with the System for Award Management (SAM) at http://www.sam.gov, and Wide Area Work Flow (WAWF) at http://wawf.eb.mil P = Provisions����� C = Clauses���� * = Provision or Clause required to be Full Text P-FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation C-FAR 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements P-FAR 52.204-7, System for Award Management Registration C-FAR 52.204-9, Personal Identity Verification of Contractor Personnel P-FAR 52.204-16, Commercial and Government Entity Code Maintenance C-FAR 52.204-18, Commercial and Government Entity Code Maintenance C�FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems P-FAR 52.204-22, Alternative Line Proposal P-FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment C-FAR 52.204-25, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment C-FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations P-FAR 52.212-1, Instructions to Offerors-Commercial Items P-FAR 52.212-2, Evaluation-Commercial Items Evaluation.� 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, technical �������� acceptability (IAW SOW) and delivery dates of the camp are the evaluation criteria.� This is a best value decision.� This office will consider any late quotes or any late revisions of quotes as non-responsive. ����������� Technical and delivery dates, when combined, are approximately equal to price. P-FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or ��������� complete electronic annual representations and certifications at http//orca.bpn.gov C-FAR 52.212-4, Contract Terms and Condition-Commercial Items C-FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive ������ Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and ���� (c) the following clauses apply� C-FAR 52.219-28, Post Award Small Business Representation C-FAR 52.222-3, Convict Labor C-FAR 52.222-19, Child Labor � Cooperation with Authorities and Remedies C-FAR 52.222-21, Prohibition of Segregated Facilities C-FAR 52.222-26, Equal Opportunity � C*-FAR 52.222-42, Statement of Equivalent Rates for Federal Hires C-FAR 52.222-50, Combating Trafficking in Persons C-FAR 52.222-55, Minimum Wage Rates Under Executive Order 13658 C-FAR 52.222-62, Paid Sick Leave Executive Order 13706 C-FAR 52.223-5, Pollution Prevention and Right to Know Information C-FAR 52.223-15, Energy Efficiency in Energy Consuming Products C-FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving C-FAR 52.225-13, Restrictions on Certain Foreign Purchases C-FAR 52.225-13, Restrictions on Certain Foreign Purchases C-FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management C-FAR 52.232-39, Unenforceability of Unauthorized Obligations C-FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors C-FAR 52.233-3, Protest After Award C-FAR 52.233-4, Applicable Law for Breach of Contract Claim P-FAR 52.247-65, F.O.B. Origin, Prepaid Freight-Small Package Shipments C*-FAR 52.252-2, Clauses Incorporated by Reference � SEE http://farsite.hill.af.mil C*-FAR 52.252-6, Authorized Deviations in Clauses C-DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials C- DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights C- DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials P-FAR 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls C-DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors C-DFARS 252.211-7008, Use of Government-Assigned Serial Number P-DFARS 252.213-7000, Notice to Prospective Suppliers on the use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations C-DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials C-DFARS 252.223-7008, Prohibition of Hexavalent Chromium P*-DFARS 252.225-7000, Buy American Act�Balance of Payments Program Certificate C-DFARS 252.225-7001, Buy American Act and Balance of Payments Program C-DFARS 252.225-7031, Secondary Arab Boycott of Israel C-DFARS 252.225-7048, Export-Controlled Items. C-DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) C*-DFARS 252.232-7006 Wide Area Work-Flow Payment Instructions C-DFARS 252.232-7010, Levies on Contract Payments C-DFARS 252.244-7000, Subcontracts for Commercial Items P-DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea�Alt III C*-FAR 52.222-36, Equal Opportunity for Workers with Disabilities � � � � � �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6195ff21ae0a44a298bb7fae78d8bc0a/view)
- Place of Performance
- Address: Fairchild AFB, WA 99011, USA
- Zip Code: 99011
- Country: USA
- Zip Code: 99011
- Record
- SN06338016-F 20220527/220526100756 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |