Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

Q -- Pregnancy/Post Partum Fitness Instructor - Performance Work Statement

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812990 — All Other Personal Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z4531133A002
 
Archive Date
9/30/2011
 
Point of Contact
Felicia A. DeMita, Phone: 7074247764, Josephine G Cobb, Phone: (707) 424-7720
 
E-Mail Address
felicia.demita@travis.af.mil, josephine.cobb@us.af.mil
(felicia.demita@travis.af.mil, josephine.cobb@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement - provides minimum requirements and identifies documentation to be submitted at the time of proposal. This is a combined synopsis/solicitation for non-personal services prepared in accordance with the format in FAR 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. The solicitation number is F3Z4531133A002; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 effective 5 July 2011; Defense DPN 20110819 effective 19 August 2011, and AFAC 2011-0714 effective 14 July 2010. This acquisition is a total small business set-aside and a competitive acquisition. The North American Industry Classification System (NAICS) code is 812990. The business size standard is $7,000,000.00 ($7 million). The Federal Supply Class (FSC) is Q518. The Standard Industrial Classification (SIC) is 7389. Travis AFB has a requirement for a certified fitness instructor to provide services to the Health and Wellness Center (HAWC) in accordance with the attached Performance Work Statement (PWS) dated 15 August 2011 (7 pages). ***Please note that Appendix A requires the offeror to submit a resume, a copy of BLS/AED Certification, and copies of Fitness Professional Certificates as per the PWS at the time of proposal.*** Award shall be made in the aggregate, all or none. In accordance with the PWS, the requirement is as follows: CLIN 0001: Instructor for pregnancy /post-partum and walk/run classes at the Fitness Center/HAWC. Classes are conducted in one hour time increments, Monday through Sunday between the hours of 7 a.m. through 9 p.m. Classes are offered on days and at times that meet the needs of the participants. At least one class per week will be taught and no more than 11 classes per week. Class schedules are flexible to accommodate the base population's needs. Classes at the Travis Fitness Center/HAWC as follows: i. Monday: 5:30 p.m. Pilates for Walkers/Runners 6:30 p.m. Run/Walk Class ii. Tuesday: 4:30 p.m. Prenatal/Postpartum cardiolates iii. Wednesday: 5:30 p.m. Pilates for Walker/Runners 6:30 p.m. Run/Walk Class iv. Thursday: 4:30 p.m. Prenatal/Postpartum cardiolates v. Monday-Sunday: Conducts Pilates One-on-One Reformer Training, for clients needs sports injury rehabilitation or Pre/Postpartum exercise programming up to 5 hours per week. (Scheduling dates and times to vary depending on availability of client and trainer.) The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: FAR 52.232-18 - Availability of Funds: 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. FAR 52.252-2 This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil or http://www.arnet.gov/far FAR 52.212-2 Evaluation of Commercial Items 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: (i) price; and (ii) meeting minimum experience and certification requirements ("technical experience") identified in the PWS. Award will be made lowest price technically acceptable. FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.212-1 Instructions to Offerors -- Commercial Items (June 2008). FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (June 2008) FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.219-6 Notice of Total Small Business Set Aside FAR 52.219-28 Post-Award Small Business Program Representation (June 2007). FAR 52.222-3 Convict Labor FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.232-33 Payment by Electronic Funds- Central Contractor Registration (Oct. 2003) FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contracts DFARS 252.204-7003 Control of Government Personnel Work Products DFARS 252.204-7006 Billing Instructions DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation (December 2008). AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance 5352.201-9101 OMBUDSMAN (10 AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Ms. Carolyn Choate, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0160, fax (618) 256-6668, email: carolyn.choate@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any questions to felicia.demita@us.af.mil NO LATER THAN 12 September 2011, 4:00 PM, PST and offers NO LATER THAN 15 September 2011, 4:00 PM, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. Point of contact is Felicia DeMita, Contract Specialist, at felicia.demita@us.af.mil and telephone number 707-424-7761. Alternate POC is Josephine Cobb, Contracting Officer, telephone 707-424-7720. (Please send correspondence to the primary point of contact before attempting to reach the alternate point of contact. Thank you for your cooperation.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z4531133A002/listing.html)
 
Place of Performance
Address: Travis AFB, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02566829-W 20110910/110908235508-69188db227578fba94435534c1fc3eaa (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.