Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2011 FBO #3578
SOLICITATION NOTICE

78 -- Health/Athletic Fitness Center Services

Notice Date
9/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
713940 — Fitness and Recreational Sports Centers
 
Contracting Office
Contracting Center of Excellence (NCR-CC), 200 Stovall Street, 11TH Floor, Alexandria, VA 22331-1700
 
ZIP Code
22331-1700
 
Solicitation Number
W91WAW-11-T-0095
 
Response Due
9/15/2011
 
Archive Date
11/14/2011
 
Point of Contact
Connie Dillingham, 7034281063
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(connie.dillingham@us.army.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; proposals are being requested and a written solicitation will not be issued. COMBINED SYNOPSIS/SOLICIATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, identified as W91WAW-11-T-0095 (PR 0010075353) which will be offered by the Army Contracting Center-National Capital Region (ACC-NCR), 200 Stovall Street, Alexandria VA 22332 on behalf of the U.S. Military Observer Group - Washington (USMOG-W), Rosslyn Metro Centre, 1700 N. Moore Street, Arlington, VA 22209; offers are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. The requirement is Unrestricted, and the associated NAICS code is 713940. The size standard is $7 million. The Government will award a firm-fixed price contract from this solicitation. The period of performance is anticipated to be 26 September 2011 - 25 September 2012, with one one-year option period available, exercisable at the government's discretion. This requirement is to procure non-personnel services to provide services of an Athletic/Health Club, in accordance with the attached Statement of Work. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. The issue date of this solicitation is the date of publication; completed offers must be submitted in accordance with instructions of Evaluation-Commercial Items clause (FAR 52.212-2) and are due 15 September 2011, 4:30 p.m. local time, at the contracting office of ACC-NCR, noted in this announcement. Contracting Officer is Donald Leath, Branch Chief, Sector B, Donald.leath@conus.army.mil. Questions regarding this solicitation shall be e-mailed to contractor (Suntiva Executive Consulting Services (LLC) support specialist, Connie Dillingham, at connie.dillingham@us.army.mil. Ms. Dillingham may be reached at 703-428-1063. Questions are due no later than 14 September 2011, 10:00 a.m. local time. No information, answers to questions concerning this solicitation will be provided via telephone. Please see the attached Statement of Work (SoW) for description of services. Submittals The offeror must submit pricing for the following Contract Line Item Numbers (CLINs), referenced as Section B of any resulting award: CLIN 0001 Monthly Fee, Base One-Year Period $________/Mo ($_______/Yr Total) CLIN 2001 Monthly Fee, One Year Option Period 1 $________/Mo ($_______/Yr Total) If applicable: CLIN 0002Membership Fee (one-time fee) $________ Note #1: If not applicable, put N/A in the blank. If a membership fee applies, for the purposes of evaluating the prices, the one-time membership fee will be added to the monthly fees (for 2 years - base and option year 1) and totaled. Note #2: The contractor shall invoice monthly for the total number of memberships applicable for that month. The offeror shall e-mail its offer to Connie Dillingham, connie.dillingham@us.army.mil. Signed and dated offers must indicate quantity, unit price, and total amount for each Contract Line Item Number (CLIN), as cited in Section B, above. With its offer, offeror must ensure availability of its representations and certifications, pursuant to FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARs 252.212-7000, Offeror Representations and Certifications - Commercial Items, which are incorporated by reference and are available electronically at: DoD Electronic Commerce, http://www.arnet.gov/far and Defense Technical Information Center (DTIC), http://farsite.hill.af.mil. The offeror must ensure these Representations and Certifications are registered and available as of the date of the offer in the ORCA database, https://orca.bpn.gov/. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of proposals, unless another time period is specified in an amendment to this combined synopsis/solicitation. LATE OFFERS: Proposals or modification of proposals received at the address specified for the receipt of proposals after the exact time specified for receipt of proposals WILL NOT be considered. Clauses can be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with Central Contractor Registration (CCR) at https://www.bpn.gov/ccr/default.aspx. Award Determination - Evaluation Basis for Award - Evaluation Factors The provision at FAR 52.212-2, Evaluation-Commercial Items is incorporated and the Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. BASIS FOR AWARD: The Lowest Price, Technically Acceptable (LPTA) process will be utilized for this requirement. An award will be made to the responsive, responsible offeror whose proposal conforms to the solicitation requirements and is the lowest price. The best value is expected to result from selection of the technically acceptable proposal with the lowest proposed price. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Evaluation Criteria. Award will be made to the offeror whose proposal is determined to be the Lowest Price and Technically Acceptable. In evaluating the offer, the Government will evaluate the following: Technical and Price. Technical and Price will be considered equal elements in the evaluation process. Technical: To be evaluated technically acceptable, the contractor must meet the following factors: 1) Facility must be located within a reasonable distance (identified as no more than mile) of the U.S. Military Observer Group - Washington (USMOG-W), Rosslyn Metro Centre, 1700 N. Moore Street, Arlington, VA 22209, which would allow quick and easy access by walking or public transportation 2) Facility membership must include a full line of cardio equipment/services 3) Facility membership must include a full line of strength/weight training equipment/services 4) Facility membership must provide temporary/daily use lockers at no additional costt 5)Facility membership must include shower facilities The offeror must be rated Acceptable to be considered for award. The Government will award a contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer is determined to be the Lowest Price Technically Acceptable and will be most advantageous to the Government. Price: Price proposals will be evaluated for reasonableness and to determine the best overall value to the Government. The Government will evaluate offers for award purposes by adding the total of all CLIN prices, as cited at "Note #1" above, in Section B. FAR Clause 52.252-2, Clauses Incorporated by Reference, is hereby incorporated by reference. In accordance with that clause, the following listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the internet at http://farsite.hill.af.mil/. FAR 52.202-1, Definitions; FAR 52.203-3, Gratuities; FAR 52.204-4 Printed or Copied Double Sided on Recycled Paper; FAR 52.204.7, Central Contractor Registration; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim. The following option clauses are also referenced and incorporated: FAR 52.217-8, Option to Extend Services, and FAR 52.217-9, Option to Extend the Term of the Contract. The following DFARs clauses are incorporated by reference: DFARs 252.201-7000 Contracting Officer Representative; DFARs 252.232-7003, Electronic Submission of Payment Requests - Wide Area Work Flow (WAWF). Pursuant to FAR Clause 52.212-5, the following clauses are hereby incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13 Restriction on Certain Foreign Purchase; FAR 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registration. Attachment (below): Statement of Work (SoW) _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ Statement of Work (SoW) Health and Fitness Service for the United States Military Observer Group Washington (DAMO-ODU, G3) 1. BACKGROUND. Available military fitness facilities located at the Pentagon, Washington, D.C., and Fort Myer, Arlington, Virginia, are not reasonably convenient to military personnel located at U. S. Military Observer Group Washington (USMOG-W), Rosslyn Metro Centre, 1700 N. Moore St., Arlington, VA 22209. Total commuting time between USMOG-W and these facilities can amount to one hour or more. Maintaining physical fitness is not an option for military personnel; it is a regulatory requirement and highly encouraged for all military personnel. Given the unfavorable proximity of military fitness facilities available to USMOG-W personnel, as stated, use of a commercial fitness facility is necessary. This procurement will provide a non-personal services contract to provide health and fitness services to the USMOG-W. The government shall not exercise any supervision or control over the contractor who will provide these services. 2. OBJECTIVE. Provide military personnel the opportunity to maintain their physical fitness by utilizing a civilian fitness center facility with close proximity to their place of work. 3. SCOPE OF WORK. This procurement is to provide a fitness facility with a full line of strength/cardio training equipment to include shower facilities and temporary/daily-use lockers for 21 military personnel assigned to the USMOG-W at no additional cost to the personnel. 4. REQUIREMENTS AND SPECIFIC TASKS. The fitness facility must be located within a reasonable distance from USMOG-W, which would allow quick and easy access by walking or public transportation. Military personnel must be able to get to the facility quickly, complete their workout, and return to work in a minimal amount of time. Distance between USMOG-W and the fitness facility should be no more than one half-mile. Government participants must be able to use the contractor's facility during the hours of 0500 to 2200 hours Sunday through Saturday, except Federal holidays or when USMOG-W offices are closed due to inclement weather, local or national emergencies, administrative closings, or similar government-directed facility closings. Federal holidays are defined as: New Year's Day, Martin Luther King Jr.'s Birthday, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Christmas Day All memberships will be provided on a contractual basis as organizational memberships and are not transferable. Individuals will hold no personal rights in the memberships separately from their employment by USMOG-W. Upon separation from employment or reassignment, individual memberships will be terminated. Cancellations must be made to the contractor 30 days prior to the billing date with proper documentation, which shall be the responsibility of and provided by the USMOG-W member. The contractor will provide information regarding the billing date to each individual upon initiation of membership. All qualified Department of Defense USMOG-W military personnel will be eligible to join at the contracted price. Participants will complete membership paperwork and acquire membership identification cards from the contractor. Any replacement fee for lost membership identification cards is the responsibility of the USMOG-W participant. The contractor will provide USMOG-W with a membership list at the beginning of this contract and an updated list on a monthly basis. Membership lists and invoices will be e-mailed to Ms. Shauna Hotard, Budget Analyst, at shauna.hotard@conus.army.mil. The contractor will be authorized to invoice and receive payment for total monthly membership fees for each USMOG-W participant upon the processing and issuance of the Fitness Center's Membership Cards to eligible military personnel. A total membership fee for "full" membership is defined as one offered to the general public for a set fee with no extras. Items which will not be included in the full membership fee are defined as extra classes, personal trainers, lockers (if not included in the full membership fee), and the like. If enrollment fees apply, this fee will be added to the total monthly fees to arrive at a total yearly evaluation price. Any enrollment fee, if applicable, shall be apportioned by month and absorbed into the monthly fee for the purposes of monthly invoicing through the government's WAWF system, a system which is described in the solicitation at clause 252.232-7003. 5. GOVERNMENT FURNISHED ASSISTANCE. There will be no government furnished assistance provided under this contract. 6. SECURITY. None. 7. PERFORMANCE ASSESSMENT. None. 8. INSPECTION AND ACCEPTANCE CRITERIA. None. 9. PLACE OF PERFORMANCE. The contractor's facility, located near the U. S. Military Observer Group Washington (USMOG-W), Rosslyn Metro Centre, 1700 N. Moore St., Arlington, VA 22209. 10. PERIOD OF PERFORMANCE. The period of performance for this task is the date of award for a period of twelve (12) months, with a possible twelve (12) month option. The award dates are anticipated to be: Base Period: 26 Sep 2011 - 25 Sep 2012; Option Period 1: 26 Sep 2012 - 25 Sep 2013. 11. TYPE OF CONTRACT. Firm-Fixed Price. 12. CONTRACTOR OFFICER REPRESENTATIVE (COR). The COR for this contract will be identified by separate action prior to award. The COR will monitor all technical aspects of the contract and will assist in contract administration. The COR is authorized to perform the following functions, if deemed necessary by the COR: (a) assure that the contractor performs the technical requirements of the contract; (b) perform inspections necessary in connection with contract performance; (c) maintain written and oral communications with the contractor concerning technical aspects of the contract; (d) issue written interpretations of technical requirements; and, (e) monitor contractor's performance and notifies both the contracting officer and contractor of any deficiencies. A letter of designation will be issued to the COR, a copy of which will be provided to the contractor. The letter will define the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resultant contract. 13.IDENTIFICATION OF CONTRACTOR EMPLOYEES. Not required. 14.CONTRACTOR TRAVEL. None required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/023e4c162bd5fd93be31256656e968b7)
 
Place of Performance
Address: Army Contracting Center - National Capital Region (ACC-NCR) 200 Stovall Street, 11TH Floor Alexandria VA
Zip Code: 22331-1700
 
Record
SN02569636-W 20110911/110910000117-023e4c162bd5fd93be31256656e968b7 (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.