Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2004 FBO #0915
SOLICITATION NOTICE

R -- Childrens Theater Performing Arts Camp

Notice Date
5/27/2004
 
Notice Type
Solicitation Notice
 
NAICS
711110 — Theater Companies and Dinner Theaters
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20032-0305
 
ZIP Code
20032-0305
 
Solicitation Number
FA7012-04-T-0074
 
Response Due
6/4/2004
 
Archive Date
6/19/2004
 
Point of Contact
Justice Smith, Contract Specialist, Phone 202-404-7770, Fax 202-767-7887, - Valerie Gaines, Contract Specialist, Phone 2027678036, Fax 202-767-7887,
 
E-Mail Address
justice.smith@bolling.af.mil, valerie.gaines@bolling.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) under solicitation number. FA7012-04-T-0074. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-23. This requirement will be set-aside for small business. The North American Industry Classification System code is 711110 (formerly SIC code 7922) at $5 million size standard. LINE ITEM: 0001 The contractor shall furnish all labor, tools, equipment, materials, transportation and supervision in order to conduct children's theater performing arts camp for the youth at Bolling AFB. Performance period is from 08/01/04-08/08/04, QTY: 1 JOB, UNIT PRICE: $_________, EXTENDED PRICE: $_________. INSPECTON AND ACCEPTANCE TERMS: Supplies/services will be inspected by Quality Assurance personnel and accepted at job site. DESCRIPTION/SOW: STATEMENT OF WORK PERFORMING ARTS CAMPS. 1. BACKGROUND. The office with coordinating responsibility for Air Force (AF) Youth Programs and Community Centers, HQ USAF/ILVY, has pursued over the past several years an active plan of bringing performing arts to AF youth. The events included AF-wide family and youth talent contests, development of performing arts curricula, a weeklong residency camp at an AF base and base-level performing arts camps at fifty-five bases. Pursuance of the performing arts is one component in the development of life skills for children, including creativity, social skills, goal achievement, communication skills and self-esteem. 2. SCOPE OF REQUIREMENTS. 2.1. The contractor shall conduct performing arts camp (specifically Children?s Theatre) on Bolling Air Force Base, DC. The contractor will provide two staff members to develop and produce a full-scale musical with 50-60 youth ages 6-18 years as cast members. The camp will include auditions, intensive rehearsals, workshops and finished performances for the public. The camp will be held during a 5-day period for 4 hours per day. The contractor will provide, and each production will include, professionally designed scenery, costumes, props and make up, sound and lighting equipment. 2.2. At least three weeks in advance of the visit, the contractor shall contact the installation Family Member Programs Flight Chief (FMPFC), Ms. Ravenell @ (202) 767-7708 to arrange final logistics for the performing arts camp, and provide the time and date of his or her arrival at the Air Force installation. 3. PERSONNEL. The contractor must have a minimum of 3 years of experience providing children?s theatre performing arts camps. The personnel working directly with children must undergo a background security clearance. The personnel must be able to speak, write, read and understand English. 4. QUALITY CONTROL. The contract shall have a plan to monitor quality control standards over this contract. This plan shall include a description of the methods to be used for identifying and preventing defects in the quality of service performed. 5. PROGRAM MANAGEMENT. Technical management is the responsibility of the FMPFC. 6. QUALITY ASSURANCE. The FMPFC will evaluate the contractor?s performance under this contract. Contract performance will be monitored using quality assurance procedures to be developed by the Government. These procedures are subject to unilateral revision by the Government at any time and are not part of the contract. The implementation of a Government quality assurance plan does not preclude other inspections pursuant to the inspection terms of this contract. 7. PRIVACY. No data shall be used in developing or using results that would violate the Privacy Act of 1974. All data produced and the products resulting from this contract become the property of the Government with unlimited rights. 8. GOVERNMENT SUPPORT. Documentation, support, subject matter experts, studies, samples and other products relating to Air Force organization, policies, or procedures which impact upon this contractual effort shall be provided to the contractor as available and required. Government (Bolling AFB) will provide lodging for two staff, a pianist for the production, a space for the production and rehearsal area. 9. TRAVEL DETAILS. Specific locations shall be confirmed to the contractor after contract award. All travel costs are included in the basic contractor bid, with the exception of costs for lodging for the two staff members and a pianist at each location. 10. DISPOSAL. It shall be the responsibility of the contractor to dispose and removed discarded materials from Bolling AFB to an off base site, meeting all Local, County, State, and Federal Regulations. The contractor shall not use any of the installation dumpsters for disposal. 11. CLEANING. Contractor shall ensure the work area is free from debris upon completion of the project. 12. GOVERNMENT FURNISHED SERVICES. Water, electrical power, and lighting will be made available to the contactor by the government in the performance of their work. 13. SECURITY REQUIREMENTS. 13.1. Base Entry Passes. The contractor shall submit to the Contracting Office a list of employees which will be working on base, along with their social security numbers not later than three working days prior to start of work in order to insure base entrance passes. The contractor shall obtain personnel identification passes for all employees and vehicle passes for all contractor and personal vehicle entering Bolling AFB. The contractor must complete AF Form 75, Request for Visitor/Vehicle Pass and DD form 1172, application for Uniformed Services Identification Card. Vehicle registration, proof of insurance and a valid drivers license must be presented for all vehicles to be registered. Any lost vehicle and entry passes/badges shall be reported immediately to Security Forces and the QA. 13.2. The contractor shall retrieve all identification media, including vehicle passes from employees who depart the company for any reason before the contract expires. 13.3. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering Bolling Air Force Base, shall abide by all security regulations of the installation. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3 Alt II, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follow: 52.214-34, 52.214-35, 52.219-1, 52.211-14, 52.252-1, 52.252-5: (b) DFARS, 252.225-7000. Add paragraph (m), ?Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text.? Clause 52.212-2, Evaluation?Commercial Items applies to this solicitation, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and price is determined most advantageous to the Government. FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.223-5, 52.237-2, 52.237-3, 52.242-15, 52.252-2, 52.252-6, 52.253-1: (b) DFARS, 252.204-7003, 252.204-7004 Alt A, 252.212-7001, 252.225-7001, 252.225-7002, 252.225-7016, 252.232-7003, 252-243-7001, 252.246-7000, 252.247-1023 Alt III and 5352.242-9000. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.219-6, 52.219-6 Alt I, 52.222-3, 52.222-41, 52.222-42 and 52.233-3: THIS IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION: Employee Class: Recreation Specalist, Monetary Wage-Fringe Benefits: GS-07, $16.43, and 52.223-5, 52.225-13 and 52.232-33. The incorporated Wage Determination 1994-2103, dated April 21, 2004, revision 31 is applicable. The web site is http://www.wdol.gov/. All responses must be received no later than 12:00 P.M. (noon) EST on 04 June 04 to 11 CONS/LGCO, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail or facsimile. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr.gov. The FAR clauses web site is http://farsite.hill.af.mil or www.arnet.gov. Questions concerning this solicitation should be addressed to Justice Smith, Contract Specialist, Phone (202) 404-7770 or Mrs. Valerie Gaines, Contracting Officer, Phone (202) 767-8036, FAX (202) 767-7887, E-mail to Justice.Smith@bolling.af.mil.
 
Place of Performance
Address: Bolling AFB, Washinton D.C.
Zip Code: 20032
 
Record
SN00593728-W 20040529/040527212150 (fbodaily.com)
 
Source
FedBizOpps.gov 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.