Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2008 FBO #2449
SOLICITATION NOTICE

U -- STRENGTH AND CONDITIONING TRAINING

Notice Date
8/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
713940 — Fitness and Recreational Sports Centers
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-08-T-0202
 
Archive Date
8/29/2008
 
Point of Contact
Ana M Diaz,, Phone: 757-893-2722
 
E-Mail Address
ana.diaz@vb.socom.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being accepted and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-08-T-0202. A Firm Fixed Price (FFP) contract is contemplated. All responsible sources may submit a quotation which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 effective 12 June 2008. This procurement is small business set-aside and the associated NAICS 713940 code is with a standard business size of $6.5M. The Defense Priority and Allocation System (DPAS) rating for this procurement is DO-C9. Section B Schedule of Supplies and Services CLIN 0001 - The contractor shall provide a strength and conditioning coach for forty-six to fifty-eight (46-58) Naval Special Warfare Development Group (NSWDG) personnel with nutritional education. The vendor must be a recognized leader in developing cutting edge athletic training utilized by world class athletes to include professional sports. The contractor must have an established program for military personnel that covers theory, application, and proper instruction of the following subjects: pre-hab, pillar strength, movement preparation, acceleration, plyometrics, regeneration, nutrition requirements, multi-directional speed, absolute speed, energy system development, power plate, Olympic lifting, and program development incorporating all of the above. The contractor must provide nutritional assessment, body compostion and nutritional education to the personnel. The contractor must prvide one-on-one nutritional consultations to provide the best individual recommendations to the personnel. The contractor must be able to accommodate training with limited equipment in remote locations. The contractor must have at least four (4) years of experience instructing Special Operations Forces personnel. The contractor shall provide a strength and conditioning coach for six (6) days (07-12 September 2008) within fifty miles of the Phoenix, Arizona area. The coach must be able to train 46-58 personnel at one time. The coach shall monitor individual and group progress, and assit miliary staff in the development of strength and conditioning programs for specific tasks. The coach shall document appropriate results and be prepared to brief the Government. The coach that the contractor provides must meet the following minimum qualifications: Knowledge and experience in administering health screening and fitness assessments, exercise prescriptions, progressive individual fitness programs, and proper exercise techniques sufficient to conduct comprehensive strength and conditioning programs. Knowledge and experience in professional principles necessary to develop, plan, implement, organize, coordinate, conduct, analyze, interpret, and evaluate a multi-faceted exercise program for Special Operations personnel. Knowledge and experience in the governing programs, policies, nomenclature, work methods, manuals and other established guidelines for Special Operations forces. Knowledge of and skill with application software such as Microsoft Office Software (Word, Excel, PowerPoint and Access) to provide and process participant and injury-tracking data information regarding injury, return to work estimates ans in the development of training materials ans when analyzing, interpreting and evaluating strength and conditioning programs. Knowledge of the latest equipment and current trends to ensure that recommendations and practices and consistent with higher-level policy and requirements. The diverse nature of this assignment requires the S&C Coach to keep abreast of current performance and training technology. The S&C Coach must be capable of considering the complexity and diversity of the training and the numerous compounding factors that affect each individual. The S&C Coach must also be able to conduct long and short range planning for the implementation of new strategies for the changing needs of the selection and training staff and class. The S&C Coach supports every phase of the class by ensuring safe and effective strength and conditioning training for all personnel. His/her efforts will directly impact the physical training of the class. Minimum of five years of sports strength and conditioning experience is highly desired. In addition, have at least two years of Post Graduate work within an NCAA or Professional sports team arena in their strength and conditioning program (must be able to document). A bachelor's degree from an accredited university program in exercise physiology, kinesiology, exercise science, or toher closely related field with curriculum focused on knowledge of comprehensive fitness assessments, physiological adaptations to acute and chronic exercise, contraindications to exercise, and exercise program designe is required. A master's degree in exercise physiology or related field is highly desired. Knowledge of American College of Sports Medicine, National Strength and Conditioning Association and other accepted professional organization to enhance effectiveness and credibility of assessment and educational programs is desired. Must possess and maintain current certification from the National Strength and Conditioning Association: Certified Strength and Conditioning Specialists (CSCS). The consultant must maintain one or more of the following certifications: American College of Sports Medicine: Health Fitness Instructor (HFI), Certified Personal Trainer (CPT), basic cardiopulmonary resuscitation (CPR), and automated external defibrallator (AED) training. Location will be within 50 miles of the Phoenix, Arizona area. The following provisions and clauses are incorporated into the RFP: CLAUSES INCORPORATED BY REFERENCE: FAR 52.222-50 Combating Trafficking of Persons (AUG 2007) FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2007) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes DEV or Executive Orders Commercial Items (APR 2008) (DEVIATION) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) FAR 52.219-8 Utilization of Small Business Concerns (MAY 2004) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) Alternate I (DEC 2001) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) FAR 52.232-17 Interest (JUN 1996) FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) FAR 52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information (MAY 1999) FAR 52.233-1 Disputes (JUL 2002) FAR 52.244-6 Subcontracts for Commercial Items (MAR 2007) FAR 52.249-8 Default (Fixed-Price Supply & Services) (APR 1984) DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A DFARS 252.209-7004 Subcontracting with Firms that Are Owned or Controlled by the Government of a Terrorist Country (DEC 2006) DFARS 252.211-7003 Item Identification and Valuation (JUN 2005) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes (DEV) or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) (DEVIATION) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) DFARS 252.225-7012 Preference for Certain Domestic Commodities (JAN 2007) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.243-7002 Requests for Equitable Adjustment (MAR 1998) DFARS 252.247-7023, ALT III Transportation of Supplies by Sea (MAY 2002) ALT III SOFARS 5652.233-9000 Independent Review of Agency Protests (JAN 2005) SOFARS 5652.237-9000 Contractor Personnel Changes (JAN 1998) CLAUSES INCORPORATED BY FULL TEXT: All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.209-1 Qualification Requirements (FEB 1995) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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 other factors considered. The following factors shall be used to evaluate offers: price and technical capability of the training to meet the Government requirement and delivery schedule. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.209-1 Qualification Requirements (FEB 1995) FAR 52.212-3 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.222-25 Affirmative Action Compliance (APR 1984) FAR 52.222-39 Notification of Employee Reports Concerning Payment of Union Dues or Fees (DEC 2004) FAR 52.222-42 Statement of Equivalent Hires for Federal Hires (MAY 1989) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (AUG 2007) Alternate I (APR 2002) SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (JAN 2005) SOFARS 5652.204-9004 Foreign Persons (JAN 2006) SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) SOFARS 5652.228-9000 Required Insurance (2003) SOFARS 5652.232-9003 Paying Office Instructions (2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Leigh Walker, telephone (757) 893-2713. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Ana Diaz at ana.diaz@vb.socom.mil. The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Ana Diaz via email at ana.diaz@vb.socom.mil, phone: (757) 893-2722 fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Ana Diaz (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 4:00 p.m. Eastern Standard Time (EST) on 14 August 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e60da85830a2e618384d7943880e8ba8&tab=core&_cview=1)
 
Record
SN01635252-W 20080810/080808222503-e60da85830a2e618384d7943880e8ba8 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.