Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2008 FBO #2267
SOLICITATION NOTICE

R -- Fitness Coordinator Certification Courses and Fitness Coordinator Review Course And Recertification Test

Notice Date
1/3/2008
 
Notice Type
Solicitation Notice
 
NAICS
713940 — Fitness and Recreational Sports Centers
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223, UNITED STATES
 
ZIP Code
20223
 
Solicitation Number
136696
 
Response Due
1/18/2008
 
Point of Contact
Mishelle Miller, Contract Specialist, Phone (202) 406-6790, Fax (202) 406-6801, - Patricia Kiely, Contracting Officer - Branch Chief, Phone 202-406-6940, Fax 202-406-6801
 
E-Mail Address
mishelle.miller@usss.dhs.gov, patricia.kiely@usss.dhs.gov
 
Description
This is a 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; proposals are being requested and a written solicitation will not be issued. Solicitation number 136696 is issued as a Request for Proposal (RFP) through Federal Acquisition Circular 05-21. The NAICS code is 713940 Fitness and Recreational Sports Centers, and the small business size standard is $6.0 million. This procurement is a total small business set aside. The United States Secret Service (USSS) has a requirement for two Fitness Coordinator Certification Courses and Online Fitness Coordinator Certification. The anticipated period of performance for the base year from date of award through 09/30/2008 with one option year from 10/01/2008 through 09/30/2009. Deadline for proposals is friday, January 18 at 2 PM EST. The offeror shall review the Statement of Work below, which is in three parts: I. BACKGROUND II. FITNESS COORDINATOR CERTIFICATION COURSES III. FITNESS COORDINATOR REVIEW COURSE AND RECERTIFICATION TEST ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ STATEMENT OF WORK I. BACKGROUND: The U. S. Secret Service (USSS) protects the President and Vice President, their families, heads of state, and other designated individuals; investigate threats against these protectees; protects the White House, Vice President's Residence, Foreign Missions, and other buildings within Washington, D.C.; and plans and implements security designs for designated National Special Security Events. The USSS also investigates violations of laws relating to counterfeiting of obligations and securities of the United States; financial crimes that include, but are not limited to, access device fraud, financial institution fraud, identity theft, computer fraud; and computer-based attacks on our nation's financial, banking, and telecommunications infrastructure. The James J. Rowley Training Center (JJRTC) develops and implements a broad range of training programs on a continuous basis, provides training for specific job tasks, and initiates, as necessary, long-range developmental training programs. This facility trains all special agents and Uniformed Division officers, both introductory and in-service training. The JJRTC - Physical Training Program operates in conjunction with the Mandatory Medical Examination Program to ensure that all affected USSS personnel are physically capable of performing assigned duties, in a good state of physical health and well being to prevent unwarranted disability and able to meet or surpass the minimum performance levels of Secret Service fitness standards. The JJRTC - Physical Training Program is responsible for the aerobic/anaerobic conditioning and functional strength training of all new Special Agent and Uniformed Division Officers. The Physical Training Program also supervises the instruction of fitness coordinators USSS wide through certification courses conducted twice a year, conducts research regarding latest cutting-edge fitness techniques, administers quarterly fitness tests to Special Agents and Uniformed Division Officers and hosts a variety of guests from the fitness community to conduct seminars for JJRTC personnel. II. FITNESS COORDINATOR CERTIFICATION COURSE The objective of these courses shall be to train fitness coordinators, consisting of U.S Secret Service personnel, to administer physical fitness tests, and provide strength training and aerobic conditioning programs. Maximum number personnel for both courses shall not exceed forty per class. The physical screening and physical fitness testing shall consist of the following requirements. The maximum number of personnel for each Fitness Coordinator Course shall not exceed forty. The government reserves the right to postpone, reschedule or cancel training for the benefit of the USSS. IIA. Physical Screening The contractor shall explain and demonstrate to personnel how to conduct physical screening and evaluate the results, to identify potential medical problems, and to indicate areas to improve on an individual's physical fitness. Trainers shall administer blood pressure screening and body fat composition, and review the medical history of the individuals. Recommendations shall be made concerning the overall health and ability to perform specific types of exercises, as part of the overall fitness plan for individuals and as part of physical testing recommended for that individual. The contractor shall provide all pertinent manuals and training materials, and have them shipped to the James J. Rowley Training Center, located in Beltsville, Maryland prior to the beginning of the course. IIB. Physical Fitness Testing Trainers shall demonstrate the physical fitness test to include the following components: Blood pressure assessment. Body fat assessment techniques using the Jackson & Pollack skin fold formula and method. Sit and Reach (Flexibility component). Number of pushups in one minute. Number of sit ups in one minute. Number of chin ups (max. that individual can perform). 1.5 mile run (timed event). Course shall include various types of physical fitness training to be performed at different Field Offices/Uniformed Division Branches. This shall consist of the following fitness topics at a minimum: * Important research findings relating fitness to physical health and the role exercise plays in stress management. * The relationship of fitness to productivity, absenteeism, and employee performance, specifically related to law enforcement. * The functions and dynamics of aerobic capacity, and cardiovascular assessment techniques to include: the 1.5 mile run and the U.S. Secret Service alternate tests (swim or walk). * Bio-mechanics of resistance training to include free-weights, strength training machines, and calisthenics. * Demonstrate the proper form and procedure for utilizing the aforementioned (emphasizing safety). ** Major anatomical components of the muscular system. ** Blood Pressure and resting heart rate assessments. ** Major management functions for planning and administering exercise programs. ** Strength assessment to include absolute and dynamic. ** Flexibility assessment to include the sit and reach trunk flexion test. ** Methods for increasing and maintaining healthy levels of muscular strength and flexibility and cardiovascular endurance. ** Components of a balanced diet for general nutrition, specifically employees who constantly travel. ** Environment guidelines for outside exercise, to include heat stroke and hypothermia. The contractor shall have both an academic portion as well as practical exercises as part of the course content. At the completion of the practical exercise, trainee's skills and knowledge shall be evaluated in the following categories as they apply: * Basic fitness coordinator skills * Coronary risk factors * Nutrition, diet and weight control] * Anatomy of major muscle groups * Safety in exercise * Goal setting for various individual fitness levels * Bio-mechanics of strength training * Flexibility for all major muscle groups * Monitoring pulse rates at rest and during exercise * Assessment of blood pressure and body fat composition (skin fold formulas) * Methods for increasing muscular flexibility, cardiovascular endurance and muscular strength IIC. Testing The contractor shall provide a single written examination at the completion of all instruction that covers the general principles of physical screening, physical fitness testing, and physical fitness training. In the event that someone does not pass the training course, the Contracting Officer's Technical Representative (COTR) shall be notified within two working days after scoring the testing. A listing of all scores shall be provided concurrently to the COTR. The scoring shall be pass/fail. This certification test must include the following objectives: 1. Identification of the five key components of fitness programming. 2. Identification of fitness testing and evaluation criteria. 3. Review of programming skills through case study scenarios. 4. Identification of the key elements to injury prevention, management, and proper emergency procedures. IID. Course Length and Location The Fitness Coordinator Training Course shall be four and one half days in duration, and held at the James J. Rowley Training Center, Beltsville, MD. IIE. Requirement to be Held at USSS Contractor personnel proposed to work under this contract shall be U.S. citizens. They shall be subject to and successfully pass Police background investigations prior to being admitted to the James J. Rowley Training Center. Upon contract award, the contractor will be provided with U. S. Secret Service contractor personnel access forms. Within five (5) days of contract award, the contractor shall submit these completed contractor personnel access forms to the Contracting Officer's Technical Representative. III. FITNESS COORDINATOR REVIEW COURSE AND RECERTIFICATION TEST The contractor shall perform the following: Create a multiple choice/ true false Fitness Coordinator re-certification test, totaling sixty (60) to one hundred (100) questions, a study guide and answer key. The re-certification test will be provided in an electronic, plain text format. The re-certification test and study guide must include updated industry guidelines, protocols and standards. The contractor will have thirty (30) days to provide a sample test, study guide and answer key subsequent to contract agreement. The contractor will have an additional thirty (30) days to make corrections or changes if requested by the COTR. The recertification test, study guide and answer key will become the sole property of the U.S. Secret Service upon delivery of the material. All material will be in electronic format, plain text. This re-certification test must include the following objectives: Identification of the five key components of fitness programming. Identification of fitness testing and evaluation criteria. Review of programming skills through case study scenarios. Identification of the key elements to injury prevention, management, and proper emergency procedures. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ Format for Proposal: Part A. Pricing - the offeror shall provide a unit price and a total price for each line item: 0001 Base Period: FY2008: Teach two Fitness Coordinator Certification Courses (possibly pro rated for the base period) 0002 Base Period: FY2008: Provide Fitness Coordinator Certification Course and Recertification test 0003 Option Period 1: FY2009: Teach two fitness coordinator certification courses 0004 Option Period 2: FY2009: Provide updates to Fitness Coordinator Certification Course and Recertification test Part B Contractor Information: 0005 Provide the name, title, telephone number, fax number, and email address of the point of contact. 0006 Provide the nine-digit DUNS and the nine-digit TIN. DUNS is used to verify that the vendor is in CCR and a small business for the NAICS 315228. The Taxpayer Identification Number is necessary for electronic payment. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. 0007 Provide two references for similar courses taught for a similar entity within the past five years, government preferred: organization, point of contact name, phone number and email address. If the offeror was established less than two years ago, provide related experience of key personnel. Part C Technical Proposal The page limit is 25. Do not include Part A Pricing or Part B Contractor Information in the Part C Technical Proposals. The offeror shall refer to the Statement of Work for the two types of courses. The following are the minimum the offeror is to provide. Technical Proposals shall include, but are not limited to: Overall: * Description, history, experience, etc. of the company; and * Documentation showing how their training course materials specifically meet the technical requirements of the USSS Specifically for the Fitness Coordination Certification Courses, the offeror shall include: * A lesson plan and course description (academic portion); * A sample training packet for evaluation (practical exercises); and * Credentials, resume and experience (remember that the persons must be able to gain access to USSS facilities) for the person(s) teaching. Specifically for the Online Fitness Coordinator Review Courses, the offeror shall include: * A course description; and * Sample study guides and exam. Submit Proposal Parts A, B and C to Mishelle Miller via email or fax only Submitting your proposal via email is preferred. Your entire email must not be greater than 3 MB; if your proposal is above that limit, please send multiple emails. Faxed proposals will be accepted. Submitting by postal mail is strongly discouraged as postal mail is scanned prior to acceptance; you will miss the deadline. Please put 136696 Fitness Coordinator and Review Courses in the subject line. Each proposal will receive an emailed confirmation of receipt; if you do not receive a confirmation, then your proposal has not been received. Late proposals will not be accepted. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ Evaluation Criteria The Government intends to award a fixed price contract to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. An award may be made to other than the lowest-price proposal received. The offeror's proposal will be evaluated on their ability to meet the Statement of Work as demonstrated through the Technical Proposal, Past Performance, and Price. Award will be made to the offeror whose technical proposal offers the Best Value to the Government price, and other factors considered. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ The following DHS Provision are applicable: 3052.209-70 Prohibition on Contracts with Corporate Expatriates 3052.204-90 Unauthorized Use of Name 3052.204-71 Contractor Employee Access Email your request for DHS Provisions to Mishelle Miller. The following Federal Acquisition Regulations (FAR) Provisions and Clauses are applicable: FAR 52.212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items; Paragraph (a) insert: The following factors shall be used to evaluate offers: Statement of Work, Past Performance and Price. FAR 52.212-3 Offeror Representations and Certifications. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR 52-212-4 Contract Terms and Conditions--Commercial Items FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.212-3 Offerors Representations and Certifications--Commercial Items FAR 52.217-5 Evaluation of Options FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.245-11 Government Property (Facilities Use). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment from any award resulting from this solicitation. These FAR Provisions and Clauses may be accessed at: http://www.arnet.gov/far/, www.dhs.gov. Requests for copies of FAR Provisions or Clauses will not be accepted. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JAN-2008). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 08-FEB-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USSS/PDDC20229/136696/listing.html)
 
Place of Performance
Address: Washington, DC
Zip Code: 20223
Country: UNITED STATES
 
Record
SN01504839-F 20080210/080208233449 (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  © 1994-2020, Loren Data Corp.