United States - Youth Camp

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
21 June 2019
Opportunity publication date
06 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jun 05, 2019 5:21 pm

 

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: F6T0HQ9155AW01 is hereby issued as a Request for Quote (RFQ). The

Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02TA, 6 May 2019 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20190215.  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.
Description of Requirement:
 
CLIN 0001: Camp Facility within one hour of Spokane, WA for 180 youth and 30 adults (210 total) during the week of 17-23 August 2019.  See below statement of work 
STATEMENT OF WORK LODGING/VENUE FOR WA NATIONAL GUARD
NON-PERSONNEL SERVICES: 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 17-23 August 2019 (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. 
PERSONNEL SERVICES: Contractor will provide staff to facilitate programming, to include but not limited to swimming, boating, climbing wall, archery, challenge course, and other recreational activities. Staff to facilitate programming will be available during 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. 
1.0) Room Reservations/Check In
 
1.1- Individual beds must be available for 180 youth and 30 adults. Separate beds will be available for males and females.
 
1.2- Camp facility will hold 210 beds. 
 
1.3- Check in for camp staff (adults and junior counselors) will occur on day 1, approximately 3 PM. Check out for camp staff will occur on day 7, approximately 12 PM.
 
1.4- Check in for campers will occur on day 2, approximately 12 PM. Check out for campers will on day 7, approximately 10 AM.
 
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 (200 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 catered meals for camp and dining facility will be available to host meals. Facility will provide kitchen staff, who are all licensed in WA State Standards for food handling. 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 60
Day 2 - B/L for 60 people and D for 210
Day 3 - B/L/D for 210
Day 4 - B/L/D for 210
Day 5 - B/L/D for 210
Day 6 - B/L/D for 210 
Day 7 - B for 210
 
4.2- Dining facility will have enough room to house 210 people in dining facility at the same time.
 
           
5.0) Payment Procedures 
 
    5.1- Venue fees, recreational activities, on site facility staff support, and meal fees for attendees subject to change until four days prior to the event will not be charged to individuals at the event, and will be under the contracted invoice.  An invoice will be sent to the government contracting office no later than one week after the event for reimbursement.
 
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.
 
                                                                                                Total   $__________________  
Venue will be evaluated based on the lowest priced technically acceptable (LPTA) proposal that meets all the requirements of the SOW.  A firm fixed price contract will be awarded. 
**Offers will not be accepted from any third party agencies.**
Quote Information:
 
Quotes must be submitted and received no later than 2:00 PM Pacific Time 21 June 2019.  Quotes may be e-mailed to the attention of P.O.C.s listed below.
 
Contact Information:
 
BUYER: Matthew Richard
Alternate Buyer:  Robert Jones
Emails:   141MSG.MSC@us.af.mil  
 
Financing Information:

Telephone quotes will not be accepted.  Award will only be made to contractors who have registered with System for Award Management (SAM).  Vendors may register at: http://www.sam.gov.
 
 
PROVISIONS AND CLAUSES
Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with https://www.sam.gov and Wide Area Work Flow (WAWF) at http://wawf.eb.mil.
 
FAR 52.203-3, Gratuities
FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government - Alternate I
FAR 52.204-4, Printed or Copied-Double Sided on Post- consumer Fiber Content Paper
FAR 52.204-7, System for Award Management Registration
FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-16, Commercial and Government Entity Code Reporting
FAR 52.204-18, Commercial and Government Entity Maintenance
FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.212-1, Instructions to Offerors-Commercial Items
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 and technical acceptability in accordance with the "Statement of Work" of all items are the evaluation criteria.  This evaluation is Lowest Priced Technically Acceptable. 
FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at sam.gov
FAR 52.212-4, Contract Terms and Condition-Commercial Items
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
FAR 52.219-6, Notice of Total Small Business Set-Aside
FAR 52.219-8, Utilization of Small Business Concerns
FAR 52.219-14, Limitations on Subcontracting
FAR, 52.219-28, Post-Award Small Business program Representation
FAR 52.222-3, Convict Labor
FAR 52.222-19, Child labor - Cooperation with Authorities and Remedies
FAR 52.222-21, Prohibition of Segregated Facilities
FAR 52.222-26, Equal Opportunity
FAR 52.222-35, Equal Opportunity for Veterans
FAR 52.222-36, Equal Opportunity for Workers with Disabilities
FAR 52.222-37, Employment Reports on Veterans
FAR 52.222-50, Combating Trafficking in Persons
FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management
FAR 52.232-39, Unenforceability of Unauthorized Obligations
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
FAR 52.233-2, Service of Protest
FAR 52.233-3, Protest After Award
FAR 52.233-4, Applicable Law for Breach of Contract Claim
FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7011, Alternative Line Item Structure
DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors
DFARS 22.225-7012, Preference for Certain Domestic Commodities
DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons
DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award)
DFARS 252.232-7006, Wide Area Workflow Payment Instructions
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.243-7002, Request for Equitable Adjustment
DFARS 252.244-7000, Subcontracts for Commercial Items
 
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.

Opportunity closing date
21 June 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army 141 MSG/MSC, WA ANG United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?