Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2009 FBO #2678
SOLICITATION NOTICE

99 -- Gym Requirement - San Francisco, CA - REPS and CERTS

Notice Date
3/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
713940 — Fitness and Recreational Sports Centers
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Contracts and Procurement, William J. Hughes Technical Center, Atlantic City International Airport, Atlantic City, New Jersey, 08405
 
ZIP Code
08405
 
Solicitation Number
HSTS07-09-R-00099
 
Archive Date
4/16/2009
 
Point of Contact
Toshia Rollins,, Phone: 609-813-3366, Doretta F. Chiarlone,, Phone: 609-813-3363
 
E-Mail Address
toshia.n.rollins@secureskies.net, doretta.f.chiarlone@secureskies.net
 
Small Business Set-Aside
N/A
 
Description
These are mandatory requirements. If registered and updated in ORCA, these documents are not required. Please advise if updated ORCA is current. HSTS07-09-R-00099 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is HSTS07-09-R-00099 and is issued as a Request for Quotations (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 713940. This requirement is an UNRESTRICTED acquisition. The proposed contract will be a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) Award with four (4) one-year options. The anticipated date of award is 3rd quarter fiscal year 2009 (April – June 2009). The DHS-Transportation Security Administration requires the following services: DHS has a requirement for Gym Memberships: It is anticipated for the base year a minimum 50 / maximum 75 memberships will be required. At time of award it is anticipated 50 will be required. When additional memberships are required, funds will be added via a Delivery Order. Pricing for base and four option years are requested for minimum/maximum quantity of memberships. If discounted price is relevant for a larger number of memberships purchased, please provide price. The following is a set of minimum facility requirements: •Hours of operation must be between 16 and 24 hours a day Monday through Friday and at least twelve hours a day on Saturday and Sunday •Showers, locker/changing rooms must be available •The fitness/gym facilities must be within a 10 mile radius of the following point: San Francisco International Airport San Francisco, CA 94128 Also require access to multiple facilities in the San Francisco area •The following cardiovascular training equipment must be available: o8 treadmills o4 bicycles o4 elliptical / cross trainers •The following Olympic style weight lifting equipment must be available: oSquat rack o45 pound barbells o45 pound plates oDumbbells up to at least 75 pounds oSmith machine / Cybex / Universal type equipment oPull up bar PROPOSED SITE INSPECTION As part of the proposal evaluation process, DHS reserves the right to inspect all proposed sites to ensure compliance with all requirements set forth above. The proposed contract will be for (1) base year and (4) four one-year options. The solicitation incorporates one or more clauses by reference, with the same force and effect as if given in full text. Full text of a clause may be accessed electronically at www.arnet.gov/far. The following provisions in Federal Acquisition Regulation (FAR) apply to this acquisition. The provision at FAR 52.212-1, Instructions to Offers Commercial Items (June 2008) and the clause at FAR.52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007) apply to this acquisition. FAR 52.212-2, Evaluation-Commercial Items (JAN 1999) applies to this acquisition. Additional clauses applicable to this acquisition are listed later in this document. At a minimum, offerors proposals shall include the following sections: Qualification Statement, Past Performance references, and Price. The proposals will be evaluated using the factors as follows: (a) Technical Factors (1) Qualification Statement. Offeror shall confirm in writing that they meet all requirements set forth in this solicitation/synopsis. However, DHS reserves the right to visit proposed site(s) to verify that the range(s) meets minimum qualifications. (2) Past Performance History. The offerors proposal shall include a minimum of (2) past performance references for similar services the offeror has provided. One of these references must be a law enforcement entity. Verified/current points of contact shall be provided for each reference to allow the Government to speak with references about the nature and quality of service required. (b) Price Factors Offerors shall provide pricing to cover a (1) year base period and (4) one year options. Pricing should be proposed on current membership rates. Contractors will be permitted to bill for memberships required. Invoice to be submitted only once a month. All evaluation factors, when combined, are more important than price. The Government will award a contract resulting from this solicitation only if it can be determined that the responsible offerors proposal, conforming to the solicitation, will provide the most advantageous solution to the Government requirement, considering price and other factors. The Government reserves the right not to award a contract in response to this solicitation if it determines that none of the offers received provide the best value to the Government. In such a case, the Government will not be liable for any bid or proposal costs. Award may be made only to a contractor who has registered with the Central Contractor Registration prior to contract award. You can register at the CCR website: http/www.ccr.gov. To be eligible for award, offerors must provide a completed copy of the provision FAR 52.212-3, Offerors Representations and Certification - Commercial Item (June 2008). A copy of is posted on this solicitation as an attachment. If vendor is posted in CCR and has filled out ORCA requirements, please stipulate. Offerors Representations and Certifications are not required if ORCA is completed in CCR. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (June 2008) applies to this acquisition. The following clauses listed in 52.212-5 (b) and (c) are included by reference: 52.222-3, Convict Labor (June 2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008); 52.222-21, Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26, Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (JUNE 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registration (OCT 2003), FAR 52.232-38, Submission of Electronic Funds Transfer with offer (May 1999). FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000). Additionally, offerors are advised that the following clause will pertain to any contract award: Release of Information: The Contractor shall not disclose, advertise, or release information about this contract to any individual or organization without prior written approval from the Contracting Officer. The date and time for submission of proposals is Wednesday, April 1, 2009 at 3:00 PM EASTERN STANDARD TIME. Quotes shall be in writing and signed (cursive and dated), shall reference the RFQ Number HSTS07-09-R-00099 and shall be sent to the attention of Toshia Rollins, Contract Specialist: 200 West Parkway Drive, Suite 300, Egg Harbor Township, NJ 08234. Quotes will be accepted via fax or e-mail. Faxed quotes may be sent to Ms. Rollins @ (609) 813-3394. Emailed quotes can be emailed to Toshia.N.Rollins@secureskies.net The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-3, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5 (b) and (c) are include by reference: 52.222-3, Convict Labor (June 2003); 52.222.19 Child Labor-Cooperation with authorities and remedies (Feb 2008); 52.222.21, Prohibition of Segregated Facilities (Feb 1999), FAR 52.222.26, Equal Opportunity (Mar 2007); 52.222.35 Equal Opportunity for Special Disabled Veterans (Sept 2006); 52.222.36, Affirmative Action for Workers With Disabilities (June 1998); 52.222.37, Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans (Sept 2006), FAR 52.232.33, Payment by Electronic Funds transfer, Central Contract Registration (Oct 2003), FAR 52.217.9 Option to extend the term of the contract (MAR 2000). Additionally, offerors are advised that the following clause will pertain to any contract award: Release of Information: The contractor shall not disclose, advertise, or release information about this contract to any individual or organization without prior written approval from the Contracting Officer. Questions concerning this solicitation are to be submitted in writing via email to Toshia.N.Rollins@secureskies.net by Monday, March 30, 2009 at 3:00 PM Eastern Standard Time. Contracting Office Address: 200 West parkway Drive Suite 300, Egg Harbor Township, NJ 08234 Place of Performance: San Francisco, CA 94128 United States Set Aside: UNRESTRICTED Archiving Policy: Automatic; 15 days after response date Allow Vendor to Add / Remove from interested Vendors: No Allow Vendors to View Interested Vendors List: Yes Point of Contact(s): Name: Toshia N. Rollins, Title: Contract Specialist, Phone: 609-813-3366 or, Fax: 609-813-3394, Email: Toshia.N.Rollins@secureskies.net
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6f7085dd4fe9e7c36b483ceb9613fec1&tab=core&_cview=1)
 
Place of Performance
Address: San Francisco, CA 94128, San Francisco, California, 94128, United States
Zip Code: 94128
 
Record
SN01777376-W 20090327/090325215900-6f7085dd4fe9e7c36b483ceb9613fec1 (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.