Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2004 FBO #0997
SOLICITATION NOTICE

R -- Aerobic Instructors Scott AFB IL

Notice Date
8/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
713940 — Fitness and Recreational Sports Centers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015
 
ZIP Code
62225-5015
 
Solicitation Number
Reference-Number-F7345541980600
 
Response Due
8/27/2004
 
Archive Date
9/11/2004
 
Point of Contact
Marcia Wuebbels, Contract Specialist, Phone 618-256-9279, Fax 618-256-5237, - Charles Burton, Contract Specialist, Phone 618-256-9268, Fax 618-256-5237,
 
E-Mail Address
marcia.wuebbels@scott.af.mil, charles.burton1@scott.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) The reference number is F7345541980600 and the solicitation is issued as a Request For Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24 effective 19 Jul 2004. (iv) This is a total small business set-aside. The associated North American Industry Classification System (NAICS) code is 713940 and the small business size standard is $6.0 million. (v) The solicitation can be viewed at http://www.eps.gov/. (vi) The solicitation package includes the Statement of Work (SOW), Request For Quotation (RFQ), Past Performance Survey, Wage Determination 94-2309 Rev (30) dated 08/05/2004 and FAR 52.212-3, Reps and Certs. (vii) This combined synopsis/solicitation is for aerobic instructors for fitness programs at SCOTT AIR FORCE BASE, IL Fitness Center for a performance period of 01 Oct 2004 through 30 Sep 2005. (viii) The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors?Commercial Items, applies to this acquisition. Addendum to 52.212-1: The RFQ shall consist of three (3) separate parts; Part I ?Price Quote, Part II ? Technical and Part III ? Past Performance Information. Part I consists of (a) Pricing Schedule and (b) Completed copy of provision FAR 52.212-3, Offeror Representation and Certifications?Commercial Items. The provision may be copied from website http://farsite.hill.af.mil/VFFARA.HTM or from the package within the combined synopsis/solicitation Part II consists of one (1) copy of the required instructor certifications referenced in paragraph 1.b. of the Statement of Work and Part III consists of three (3) but no more than five (5) of the most relevant contracts performed within the last 3 years. Relevant contracts are those for aerobic instructor services of the same scope, complexity and magnitude of those required under this acquisition. The offeror shall furnish the following information for each contract referenced on the Past Performance Survey attached with this combined synopsis/solicitation: Company/Division Name; Product/Service; Contracting Agency; Contract Number; Contract Dollar Value; Period of Performance; and Name, Address, Fax and Telephone Number of a Point of Contact. The offeror shall have all past performance survey questions completed by the respective Point of Contact prior to submitting to 375 CONS/LGCB. The past performance survey questions 1, 2, 4, and 7 are of great importance and carry additional relevance in the past performance evaluation criteria. (ix) The FAR provision 52-212-2, Evaluation? Commercial Items, applies to this acquisition. Paragraph (a) is completed as follows: (1) Past performance and (2) Price. Past performance is significantly more important than price. Addendum to 52.212-2: Basis for Award. This is a competitive best value combined synopsis/solicitation in which competing offerors past performance history will be evaluated on a basis significantly more important than price considerations. The evaluation process shall proceed as follows: (A) Initially, offers shall be ranked according to price. An offer?s proposed prices will be determined by multiplying the quantities identified in the Pricing Schedule by the proposed unit price for each Contract Line Item to confirm the extended amount for each. (B) Next, the Government technical evaluation team shall evaluate, on a pass/fail basis, the technical submitted by the lowest priced offerors (usually, the lowest 3 quotes) against the following evaluation factor: Certifications by American College of Sports Medicine (ACSM), American Council on Exercise (ACE), Aerobic and Fitness Association of America (AFAA) or Coopers Institute and certifications in Cardiopulmonary Resuscitation (CPR) and first aid procedures. Certifications MUST be submitted with quote. These certifications MUST be current. (C) Using questionnaires, the contracting officer shall seek performance information on the lowest priced offerors (usually, the lowest 3 quotes) based on (1) the references provided by the offeror and (2) data independently obtained from other Government and commercial sources. The Government reserves the right to seek information on higher priced offerors if none of the lower priced offerors receive an exceptional past performance rating. The purpose of the past performance evaluation is to allow the Government to assess the offeror?s ability to perform the effort described in this RFQ, based on the offeror?s demonstrated present and past performance. The assessment process will result in an overall risk rating of exceptional, very good, satisfactory, neutral, marginal, or unsatisfactory. Offerors with no relevant past or present performance history shall receive the rating ?neutral? meaning the rating is treated neither favorably nor unfavorably. (D) In evaluating past performance, the Government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this RFQ. (E) If the lowest priced evaluated offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. (F) The Government reserves the right to award a contract to other than the lowest priced offer if that offeror is judged to have a performance risk rating of ?very good? or lower. In that event, the contracting officer shall make an integrated assessment best value award decision. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, (Apr 2004) (Deviation) applies to this acquisition. (xiii) The clause at FAR 52.232-18, Availability of Funds, FAR 52.204-7, Central Contractor Registration, FAR 52.232-33, Payment By Electronic Funds Transfer ? Central Contractor Registration and Defense Federal Acquisition Regulation (DFAR) 252.204-7004, Required Central Contractor Registration Alternate A apply to this acquisition. (xiv) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, is hereby incorporated by full text. In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION. Employee Class ? Instructor, GS-09 ? Monetary Wage/Fringe Benefits -- $19.45 per hour + 32.8% estimate for fringes. (xv) All responsible sources may submit a quotation, which shall be considered by the Agency. (xvi) Contract award cannot be made to any contractor who is not enrolled in the Department of Defense (DoD) Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov/ (xvii) The Small Business Specialist at Scott AFB, IL is Mr. Garth Sanginiti. He can be reached at (618) 256-9322. A link to USAF Small Business is http://www.selltoairforce.org and a link to SBA is http://www.sba.gov. (xviii) Past Performance references are due to this office NLT 4:30 p.m. CST Wednesday, 25 Aug 2004. RFQs are due to this office NLT 4:30 p.m. CST on Friday, 27 Aug 2004. Past Performance and RFQs may be faxed to the attention of Marcia Wuebbels at 618-256-5237 or emailed to Marcia.Wuebbels@scott.af.mil. Late quotations MAY NOT be accepted. (xix) If you have questions on the request for quotation, please contact Marcia Wuebbels at (618) 256-9279 or Chuck Burton at (618) 256-9268.
 
Place of Performance
Address: Scott AFB IL
Zip Code: 62225
Country: U.S.
 
Record
SN00645495-W 20040819/040817212452 (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  © 1994-2020, Loren Data Corp.