Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
SOLICITATION NOTICE

G -- Fit to Win Instructor - Performance Plan

Notice Date
8/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611620 — Sports and Recreation Instruction
 
Contracting Office
Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
 
ZIP Code
23665
 
Solicitation Number
FA4800-11-T-EM02
 
Archive Date
9/23/2011
 
Point of Contact
Elizabeth Marston, , Saundra V. Diggs,
 
E-Mail Address
elizabeth.marston@langley.af.mil, saundra.diggs@langley.af.mil
(elizabeth.marston@langley.af.mil, saundra.diggs@langley.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Please see Performance Plan. The performance plan is used to evaluate contractor provided services as required by the terms and conditions of the contract. 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. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ: FA4800-11-T-EM02. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-12. This acquisition is 100% set-aside for Small Business. The associated NAICS code is 611620 with a $7 million dollar size standard. This RFQ contains 5 line items. The line item description is as follows: CLIN 0001 : Fit to Win Instructor (2080 hrs) Period of Performance: 1 Nov 2011- 31 Oct 2012 CLIN 1001 : Fit to Win Instructor (2080 hrs) Period of Performance: 1 Nov 2012- 31 Oct 2013 CLIN 2001 : Fit to Win Instructor (2080 hrs) Period of Performance: 1 Nov 2013- 31 Oct 2014 CLIN 3001 : Fit to Win Instructor (2080 hrs) Period of Performance: 1 Nov 2014- 31 Oct 2015 CLIN 4001 : Fit to Win Instructor (2080 hrs) Period of Performance: 1 Nov 2015- 31 Oct 2016 STATEMENT OF WORK 1. The Contractor is responsible for performing all work necessary to provide non-personal services in Fitness Instructions. 2. The Contractor shall provide non-personal services to authorized individuals on the installation during operating hours of the Anderson Field House and McClellan Fitness Center. 3. Hours not to exceed 40 hours per week unless approval requested in advance. Contractor will bill the Government for total number of service hours provided. 4. The NAFI will provide the space in the MWR facility. 5. Instruction services shall be provided in the following facilities between the hours of 0500-2200 hours: Anderson Field House and McClellan Fitness Center. 6. The Contractor shall coordinate all contract-related performance requirements with the Contracting Officer. Performance requirements include, but are not limited to: (1) Client file information and goal sheet (Fitness Assessment, History Questionnaire, and Workout Program Sheet for each session). (2) The Contractor shall ensure the instructional area is cleaned up at the end of each session, supplies and equipment are accounted for and secured before departing the building. Any unused supplies and all equipment shall be returned in good condition, and the area left in the same condition as prior to the lesson. 7. The Contractor shall arrange with the POC for use of the facility and Government equipment available for lesson presentation. NO lessons shall be offered during U.S. Federal holidays and during scheduled county school Christmas holidays. Fees for this month are to be prorated. 8. The Contractor shall not make changes to the facility or equipment. Should the Contractor desire to make a change (relocate equipment, tape items to a wall, etc.) the Contractor shall present the proposed change to the POC, in writing. The POC will respond to any such request in a timely manner. 9. CONTRACTOR NON-PERFORMANCE (1) NON-EMERGENCY. Should the Contractor not be able to keep scheduled lesson(s) the POC must be notified not less than seven (7) calendar days prior to the scheduled lesson. The Contractor shall also notify any parent(s) affected by any cancellation(s). The Contractor shall make up any non-performance classes. (2) EMERGENCY. Should an emergency occur that prevents the Contractor from performing contracted-for services, the Contractor shall notify the POC telephonically of the emergency and identify how the emergency will affect the scheduled lesson(s) and when the scheduled lesson(s) will resume. The POC will notify the parent of student(s) telephonically of the emergency and identify when they may anticipate resumption of the scheduled lesson(s). 10. Services must be provided for all scheduled lessons. The Contractor shall follow the cancellation procedures as outlined in paragraph e (1) and e (2). Frequent cancellations of scheduled lessons shall be adequate reason to cancel the contract. 11. Contractor shall remain with the student(s) at all times during lesson periods. 12. The Contractor shall NOT consume any food items (candy, gum, snacks, soft drinks, etc.) during the course of the lesson presentation other than that provided by the NAFI/Government. 13. The Contractor shall keep all information made available as a result of this contract, to include family information of students, confidential. Failure to comply with this provision is a basis for termination of the contract by the Contracting Officer. 14. Each instructor trainer will have at least 3 years experience working with Department of Defense (DOD) fitness programs/combined with certification from one or more of these recognized agencies: American Council on Exercise (ACE), American College of Sports Medicine (ACSM), National Strength and Conditioning Association (NSCA), Cooper Institute for Aerobics Research (CIAR) or have a fitness-related degree from an accredited college/university combined with certification from one or more of the recognized agencies listed above. Non-compliance with the qualifications conditions detailed above will result in default of contract terms. A current copy of the certification must be provided to the Contracting Officer at time of contract beginning. 15. A current National Agency Check with inquiries must be satisfactory completed in order for access to the Joint Base Langley/Eustis Information System to be granted. A Common Access Card will be issued. 16. Trainer shall wear a distinctive uniform consisting of but not limited to: polo shirt, name tag, shorts, socks and gym shoes. 17. All client records will be the property of Sustainment Services Branch and will remain in the Anderson Field House. All records shall be kept confidential and will be destroyed by SSB when they become inactive for six (6) months. 18. Contractor shall maintain an 85% satisfaction rate. If more than 15% of recorded customers during any survey period are dissatisfied, this shall be grounds for termination for default. 19. The contractor will advertise (uses mass e-mailing), instruct, and maintain the Fit To Win, Walk, Run and Swim for Your Life programs, and Vendor Demonstration program. 20. The contractor shall compile, draft and coordinate production of (with the Marketing Division) information handouts on various fitness-related topics including but not limited to nutrition/strength training/aerobic conditioning /flexibility training/running/walking/bicycling opportunities on Joint Base Langley/Eustis and in surrounding community and distribute them to authorized patrons. 21. The contractor will coordinate and implement the Wellness Incentive program, Civilian Fitness program, and Fire Fighter Fitness program. 22. The contractor will publish and distribute a periodic Fit-Quest newsletter with Health/Fitness promotion articles. 23. The contractor must be proficient in the operation, installation, assembly/disassembly, maintenance and troubleshooting of the MICROFIT HealthWizard/FAS2 fitness assessment system, to include in-place and mobile fitness assessments, utilizing the MICROFIT system. COMPENSATION 1. Hours not to exceed 40 hours per week unless approval requested in advance. Contractor will bill the Government for total number of service hours provided. End Item Description. FOB point is Destination. PROVISIONS/CLAUSES. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.204-7, Central Contractor Registration, FAR 52.219-6, Notice of Total Small Business Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-2, Clauses Incorporated by reference, FAR 52.252-6, Authorized Deviations in Clauses, FAR 52.217-8, Option to extend Services, FAR 52.217-9 Option to Extend the term of the contract, FAR 52.232-19, Availability of funds. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.232-7003 Electronic Submission of Payment Requests and Receiving Report, 252.243-7001, Pricing of Contract Modifications, 252.246-7000 Material Inspection and Receiving Report, 252.204-7004, Alternate A, 5352.201-9101 Ombudsman, 5352.242-9000, Contractor Access to Air Force Installation. Addenda to FAR 52.212-5: The following additional clauses apply to this solicitation: FAR 52.233-2, Service of Protest: (a) Protest, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Team Lead Saundra Diggs (addressed as follows) by obtaining written and dated acknowledgement of receipt from 633rd Contracting Squadron, Attn: Saundra Diggs, 74 Nealy Avenue, Langley AFB, VA 23665-2088. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. All proposals must be faxed or emailed to POC Elizabeth Marston at 633rd CONS/LGCA, 74 Nealy Avenue, Langley AFB, VA 23665-2088. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror who's quote/offer represents the best value in terms of technical (capability of item(s) offered to meet the government need), price, and past performance, which will be most advantageous to the government. Quotes must be signed, dated and submitted by 8 September 2011, 1000 am, Eastern Standard Time (EST) to the 633rd Contracting Squadron/LGCA, Attn: Elizabeth Marston, Contract Specialist, Fax 757-225-7443, E-mail elizabeth.marston@langley.af.mil, LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. POINT OF CONTACT Elizabeth Marston, Contract Specialist, Fax 757-225-7443, elizabeth.marston@langley.af.mil Email your questions to Elizabeth Marston at elizabeth.marston@langley.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-11-T-EM02/listing.html)
 
Place of Performance
Address: Fort Eustis, Va, Fort Eustis, Virginia, 23604, United States
Zip Code: 23604
 
Record
SN02552306-W 20110828/110827000438-4f74e03b2590b5246f157b1b6f635d4a (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.