Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2010 FBO #3171
SOLICITATION NOTICE

G -- Fitness Center Memberships

Notice Date
7/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
713940 — Fitness and Recreational Sports Centers
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street, Bldg #21, Room 2B218, Columbus, Ohio, 43218
 
ZIP Code
43218
 
Solicitation Number
KODMH1RV201
 
Archive Date
8/28/2010
 
Point of Contact
Teresa Knotts, Phone: 614-693-1974
 
E-Mail Address
teresa.knotts@dfas.mil
(teresa.knotts@dfas.mil)
 
Small Business Set-Aside
N/A
 
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; quotes are being requested and a written solicitation will not be issued. The solicitation number is KODMH1RV201 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-42, effective July 16, 2010. The Government intends to include the FAR, DFARS, and DFAS clauses and provisions listed in this solicitation, to include any addenda, either by reference or in full text in the resulting award and are not all inclusive. The FAR and DFARS clauses may be accessed in full text at http://farsite.hill.af.mil/. This requirement is unrestricted in regard to business size. The associated NAICS code is 713940, Fitness Recreational Sports Centers, and the small business size standard is $7,000,000.00. Contract line items, quantities, and units of measure CLIN 0001 (Base Year) – Fitness Center Memberships in accordance with the SOW – 12 months CLIN 0002 (1st Option Year) – Fitness Center Memberships in accordance with the SOW – 12 months CLIN 0003 (2nd Option Year) – Fitness Center Memberships in accordance with the SOW – 12 month Each CLIN includes 15 memberships and 12 parking passes. Description Statement of Work (SOW) Fitness Center Memberships for Military Personnel July 9, 2010 Background: DoD Directive 1308.1 Physical Fitness and Body Fat Program, dated June 30, 2004, and the implementing regulations of the various military services (Army, Navy, Marine Corps, and Air Force) require that fitness center staff members are cardio pulmonary resuscitation (CPR) certified, and are available to assist with Physical Fitness Assessments (PFAs), physical training, and command and member organized fitness programs. Due to the rigorous travel schedule of our active duty Command Fitness Leaders (CFLs), they are not always available to provide assistance to the military employees of Military Pay Operations, DFAS-Cleveland in their physical training as required by regulations. In order to comply with DoD Directive 1308.1 and its implementing regulations, we must contract with a commercial fitness center that meets all facility and work-out requirements as well as having staff members who are available to offer training assistance to our military employees. Military Fitness Center Requirements: •Within one (1) mile of DFAS Cleveland located at 1240 East Ninth Street, Cleveland, OH 44199. •Cardio Pulmonary Resuscitation (CPR) certified fitness trainer on site during hours of operation. •Facilities must be available Monday through Friday, 6:00 A.M. to 6:00 P.M., except holidays. •Cardiovascular training equipment (at least one required for the elliptical and treadmills): Elliptical (Models: Life Fitness CT9500 HR, CT9500, 91X, 91Xi, 95Xi, Precor EFX556/556i, Nautilus E9 16), Bike (Model: Life Fitness 95CI), Treadmills (Models: any Precor or Life Fitness brands). •Indoor track for inclement and winter weather conditions. Track must have a flat surface (PFA requirement) and have at least three (3) lanes. •Outdoor track (optional). •Indoor Lap pool. Navy Physical Readiness Test (PRT) regulations require the option for Navy members to take semi-annual readiness tests in the pool. An Olympic sized pool is preferred but not required. •Locker rooms and showers. •Strength training equipment. •Parking is required for those members who may be on limited duty and for all members during times of inclement and extreme winter conditions. •Transferable Memberships - Memberships must be transferable and not assigned to an individual. This allows military members who report for duty the ability to utilize a previously acquired membership. 15 memberships and 12 parking passes are required for group physical training over the next three years (FY11, FY12, and FY13). •Floating Memberships - Memberships will allow a limited number of personnel to utilize the facility at any given time. Command CFL’s will work out schedules between Navy and Marine Corps personnel to ensure group physical training is achieved, but no more than 15 personnel will be utilizing the fitness facility at any given time. End of Statement of Work Performance Periods The period of performance will be October 1, 2010 through September 30, 2011 and will include two one-year option periods. Place of Performance (Requiring Activity) The requirement to be provided is for Defense Finance and Accounting Service (DFAS), 1240 East 9th Street, Cleveland, OH 44199. The provision of 52.212-1, Instruction to Offers – Commercial, applies to this acquisition. Evaluation Procedures The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous (best value) to the Government, price and other factors considered. The following factors will be used to evaluate quotes: Past Performance and Price. Quoters should address the factors as follows: 1. Past Performance – Quoter’s should demonstrate their ability to meet the requirements set forth in the Statement of Work. The quoter may provide up to a maximum of five performance references of similar contracts or projects within the past five years. Past performance information shall include recent and relevant contracts for the same or similar services. References are to be included as well as the points of contact and their telephone number, facsimile number, and email address. The Government will evaluate this for determining how similar or relevant the past experience is toward this requirement and how well the quoter has performed such work. Contracts listed may include those entered into with the Federal Government, agencies of the state and local governments, and commercial customers. The Government reserves the right to contact sources other than those provided and any information received may be used in the evaluation of the quoter’s past performance. 2. Price - The quoter shall submit a firm fixed price quote in accordance with the statement of work. Price will be evaluated using price analysis techniques. Options will be evaluated at time of award. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). A unit price is to be submitted per month for each year of the requirement. CLIN 0001 - Base Year – 12 Months – Unit Price (includes memberships and parking passes) – Total Price CLIN 0002 - 1st Option Year – 12 Months – Unit Price (includes memberships and parking passes) – Total Price CLIN 0003 - 2nd Option Year – 12 Months – Unit Price (includes memberships and parking passes) – Total Price In addition, a breakdown for the individual elements of the monthly unit price is required for 15 memberships and 12 parking passes for each year of the requirement. The total combined price for each of these elements should equal the unit price quoted per month. Additional clauses, terms and conditions that apply to this acquisition Quoters are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items, with their quote. The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Deviation), applies to this acquisition. DCG 204.2 – REPLACEMENT OF PAPER DOCUMENT DISTRIBUTION WITH ELECTRONIC DOCUMENT ACCESS (EDA) As of February 1, 2007, the DFAS Contract Services Directorate (Issuing Office) will no longer make paper or email distribution of contract documents. All DFAS contracts and modifications are available on the Electronic Document Access (EDA) website (http://eda.ogden.disa.mil). The website provides access information as well as EDA Help Desk support. DFAS 52.223-9000, “ENVIRONMENTALLY PREFERABLE PRODUCTS” (OCT 2007) The Environmentally Preferable Products clause is included in this contract to articulate the Government’s polices on Green Contracting. FAR 23.403 sets forth the Federal Government’s policy to acquire items composed of the highest percentage of recycled-content practical, in a cost effective manner while still obtaining other contracting goals. Recycled-content products are identified in the Environmental Protection Agency’s Comprehensive Procurement Guidelines (CPGs). The United States Department of Agriculture (USDA) will be producing a similar list which designates Bio-based products. EPA guideline items (and USDA designated bio-based products, when designated) are seen as the minimum that should be considered when evaluating environmentally preferable materials. Other environmentally preferable materials and products not listed, but commonly used in industry outside of the Government, should also be considered. The recently issued Executive Order 13423 (January 24, 2007) requires federal agencies to use sustainable environmental practices, including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products. Moreover, it now requires that paper of at least 30 percent post-consumer fiber content must be acquired or used in Agency acquisitions of goods and services. § 1. Mandatory use of Paper and other products with recycled content. (a) All paper utilized in the performance of this contract must be of at least 30 percent post-consumer fiber content. (b) The contractor, by responding to this RFP/RFQ, affirmatively acknowledges that they will, to the maximum extent practicable, use sustainable environmental practices including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products in the performance of this contract that meet the recycled-content recommendations for EPA designated items, which are found at http://www.epa.gov/epaoswer/non-hw/procure/products.htm. In addition, by responding to this RFQ/RFP the contractor is certifying the deliverables required under this contract shall meet the recycled-content recommendations for EPA designated items. § 2 Notice of Green alternatives in Offerors’ product/service. When offering a product or service that contains Green components as that term is defined at http://www.epa.gov/epaoswer/non-hw/procure/products.htm, (a) The contractor shall make the Contracting Officer aware of such facts in the submission of their quote or proposal. (b) The contractor, when appropriate, shall comply with FAR Clause 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products. § 2 Affirmative Duty of Contractors to adhere to Green Contracting Policy. (a) Whenever practicable, the Contractor has an affirmative duty to examine its packaging to eliminate or reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable material for non-recyclable material in packaging. (b) Whenever practicable, the Contractor has an affirmative duty to find other materials utilized in the delivery of services under this contract and examine whether it can reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable materials for non-recyclable materials of items consumed in the furnishing of their services. DFAS 252.232-9000 “WIDE AREA WORK FLOW (WAWF) – RECEIPT AND ACCEPTANCE (RA) INSTRUCTIONS” (January 2010) (a) As prescribed in DFAS CG 232.70, Wide Area Work Flow (Revision One) contractors must submit payment requests in electronic form. The Defense Finance and Accounting Service (DFAS) has implemented the DoD sanctioned Wide Area Work Flow-Receipt and Acceptance (WAWF-RA) for contractors to submit electronic payment requests and receiving reports. Payment requests/invoices for supplies/services rendered under this contract shall be submitted electronically through WAWF-RA using the invoice type identified in paragraph (d) below. Paper type payment requests/invoices will no longer be accepted or processed for payment unless the conditions of DFARS 252.232-7003(c) apply, and are specifically authorized in the contract. (b) The contractor shall ensure an Electronic Business Point of Contact is designated in the Central Contractor Registration at http://www.ccr.gov. The contractor must register to use WAWF-RA at https://wawf.eb.mil, within ten (10) days after award of the contract or modification incorporating WAWF-RA into the contract. Step by step procedures to register are available on the WAWF-RA website. (c) Guidance regarding WAWF is available. A free on-line computer based training module available at http://www.wawftraining.com/. Payment information is available in the “myInvoice” system, a web-based tool that provides current payment status of a WAWF invoice. MyInvoice is available at https://myinvoice.csd.disa.mil//index.html. Vendor registration is required. Additional information on WAWF is available at https://wawf.eb.mil. (d) Payments requests shall be submitted via WAWF-RA as (choose single type or multiple type invoices) a 2-in-1, Combo, or as Cost Voucher. (NOTE: Interim and final payment requests for Cost-Reimbursement (CR), Time-and-Materials (T&M), and Labor-Hour (LH) contracts/orders and CR, T&M, and LH CLINS on other types of contracts/orders shall utilize Cost Vouchers.) (e) WAWF-RA invoice types authorized for the submission of payment requests are: (1) Combo – To be used for payment requests for goods or any combination of goods and services. (2) 2-in-1: Normally used for services only contract payment requests; however, it may be used for goods and/or services payment requests. (3) Cost Voucher: Used if requesting payment for CR, T&M, and LH contracts/orders or CR, T&M, and LH CLINs on other types of contracts/orders payment requests. (NOTE: Interim CR, T&M, and LH contracts/orders/CLIN payment requests are to be submitted to DCAA for approval and final CR, T&M, and LH contracts/orders payment requests are to be submitted to the Contracting Officer for approval.) (4) Progress Payments: Used for payment requests when contracts/orders contain FAR 52.232-16, Progress Payments or DFARS 252.232-7004, DoD Progress Payment Rates. (5) Performance Based Payments: Used for payment requests when contracts/orders contain FAR 52.232-32, Performance-Based Payments. (f) DoD Address Activity Code (DoDAACs) or DoDAAC extensions. The contractor shall ensure the following DoDAACs are input when completing WAWF document(s) regardless of other DoDAACs used on the contract. (NOTE: If EDA is used to pre-populate the Address DoDAAC information on the WAWF document(s), the contractor must verify the data against the following information. If necessary, change the pre-populated WAWF input in accordance with the information provided below.) (1) Issued by DoDAAC (Can be found on contract as “Issued By” Code) (2) Admin DoDAAC (Can be found on contract as “Administered By” Code -Usually the same as the “Issued By” Code.). (3) Payment DoDAAC (Can be found on contract as “Payment Will Be Made By” Code) (4) Acceptor DoDAAC - HQ0103 - The Contractor, prior to submitting invoices in WAWF, must contact the COR/GPOC to confirm the correct ACCEPTOR DoDAAC. (EXCEPTION: For CR, T&M, and LH contracts/orders and CR, T&M, and LH CLINs on other types of contracts, interim payment requests shall reflect the cognizant DCAA Office (Contractor should obtain this DoDAAC from the CO to confirm the correct DCAA ACCEPTOR DoDAAC.) and final payment requests must be marked as final by checking the box when WAWF asks if this is a final billing and routed to the ACO DoDAAC for approval.)) (5) Inspected By DoDAAC (Leave blank unless inspected at the Source, in which case the source inspection DoDAAC is entered – generally a DCMA DoDAAC; or unless client uses an Inspected By DoDAAC.) (6) LPO DoDAAC/ EXT (Leave blank unless the DFAS activity is requesting the Local Processing Office (LPO) function be utilized and has provided the DoDAAC.) (g) The Contractor shall send e-mail notification to the following listed addresses when submitting payment requests in WAWF-RA, as applicable. Before closing out of an invoice session in WAWF-RA but after submitting your document or documents, the contractor will be prompted to send additional email notifications. Contractor shall click on “Send More E-mail Notification” on the page that appears and shall input applicable e-mail addresses (see below). NOTE: This additional notification to the government is required to ensure that the acceptor/receiver is aware that an invoice document has been submitted into the WAWF-RA system. For example, when submitting a cost voucher for payment of CR, T&M, and LH contracts/CLINs, the email notification will alert the COR to review the invoice prior to DCAA acceptance. (E-mail addresses can be obtained from COR or CO). (1) WAWF Acceptor - laura.andrews@dfas.mil (2) Contracting Officer Representative (COR) – laura.andrews@dfas.mil (3) Government Point of Contact (GPOC) – N/A (4) Alternate COR (ACOR) or GPOC (AGPOC) – N/A (5) Cognizant DCAA Office – N/A 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days prior to the end of the contract. 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 14 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed three years. 52.232-18 Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 252.201-7000 Contracting Officer's Representative (DEC 1991) (a) Definition. “Contracting officer's representative” means an individual designated in accordance with subsection 201.602-2 of the Defense Federal Acquisition Regulation Supplement and authorized in writing by the contracting officer to perform specific technical or administrative functions. (b) If the Contracting Officer designates a contracting officer's representative (COR), the Contractor will receive a copy of the written designation. It will specify the extent of the COR's authority to act on behalf of the contracting officer. The COR is not authorized to make any commitments or changes that will affect price, quality, quantity, delivery, or any other term or condition of the contract. Contracting Officer Representative (COR): The COR will act as the on-site technical point of contact for the Government. She will initiate requests and monitor performance. The COR’s authority is limited to technical issues and she is not authorized to make contractual decisions. The authority to resolve monetary issues and contractual interpretation is the responsibility of the Contracting Officer. The Contracting Officer Representative for this contract is: Laura Andrews Defense Finance and Accounting Service (DFAS) 1240 East 9th Street Cleveland, OH 44199-2055 Telephone: (216) 204-4317 Email: laura.andrews@dfas.mil Payment: Invoices shall be submitted to the COR/GPOC (Acceptor) as a 2-in-1 or Combo invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil (reference clause 252.232-7003). When the 2-in-1 or Combo invoice is received by the COR/GPOC via WAWF, the COR/GPOC will review the document and, if it is correct, accept it electronically and forward it for payment. Web Base Training is available at www.wawftraining.com and for more information go to www.dod,mil/dfas and click the e-commerce link. CCR: Ensure that you provide your cage code and company name when responding. Note that in order to do business with the Government, companies must be registered in the CCR (Central Contract Registration). You also must have an assigned Cage Code that can be obtained when you do your CCR registration. The web site is www.ccr.gov. Quoter Information: The following information must be included with your quote. Cage Code Company Name Point of Contact Telephone Number Email Address TIN (Taxpayer Identification Number) Business Size/Classification (Applicable NAICS is 713940) Date Quotes are due August 13, 2010 at 4:00 P.M. EST. Point of Contact (POC): Teresa Knotts Defense Finance and Accounting Service Contract Services Directorate 3990 East Broad Street Building 21 2B218 Columbus, OH 43213-1152 Telephone: (614) 693-1974 Facsimile: (614) 693-1808 Email: teresa.knotts@dfas.mil Facsimile and e-mail quotes are acceptable and preferred. You are encouraged to ensure that quotes are received by the POC. Furnish quotes to the POC on or before the closing time listed in this RFQ. All responsible sources may submit a quote which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DFAS/Columbus/KODMH1RV201/listing.html)
 
Place of Performance
Address: 1240 East 9th Street, Cleveland, Ohio, 44199, United States
Zip Code: 44199
 
Record
SN02223221-W 20100731/100730000446-85c2404b47f18d9996d0203e33ac6a81 (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.