Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2012 FBO #3773
SOLICITATION NOTICE

G -- OMC McLean Gym Memberships - RFQ

Notice Date
3/22/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
713940 — Fitness and Recreational Sports Centers
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 2521 S. Clark St, Ste 2000 Arlington, VA, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
 
ZIP Code
20301-1155
 
Solicitation Number
HQ0034-12-R-3008
 
Archive Date
4/13/2012
 
Point of Contact
Elizabeth Johnson, Phone: 7035450597
 
E-Mail Address
elizabeth.johnson@whs.mil
(elizabeth.johnson@whs.mil)
 
Small Business Set-Aside
N/A
 
Description
OMC McLean Membership PWS The Washington Headquarters Services, Acquisition Directorate (WHS/AD) Department of Defense, 1155 Defense Pentagon, Washington, DC 20301 intends to purchase 55 gym memberships for military personnel. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 5. 201, and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation being issued for this requirement. The solicitation number is HQ0034-12-R-3008 and is a Request for Quotation (RFQ). The Government anticipates awarding one (ea) firm-fixed price purchase order for this requirement. The basis for award will be Lowest-Price Technically Acceptable. The following factors will be used to evaluate quotes and are listed in order of importance: (1)Technical Acceptability (2) Price (1) Technical Acceptability Provide documentation that shows the product meets the all requirements identified in the attached Performance Work Statement (PWS). Offerors must clearly identify their capability to meet all the needs defined in the PWS. Moreover, the Government encourages all offerors to provide descriptive literature such as facility layouts, amenity lists, and any additional documentation necessary to evaluate technical acceptability with your initial quote. Contractors should include facility usage terms and delivery times with their quote. Failure to provide the information necessary for evaluation may result in your services not being considered for award. (2) Price The total price will be a factor after the Government determines the proposed facility meets technical acceptability as described herein. The overall lowest evaluated price meeting all technical requirements will receive contract award. How to Respond: All questions in response to this solicitation are due Tuesday, April 3rd 2012 at 10am, to the points of contact identified in this announcement. The Government may provide responses to the all questions submitted, as an amendment to the solicitation. All quotes are due on Thursday, April 5th 2012 at 10am. All unsuccessful offerors will be contacted post award. Terms: (1) Inspection and Acceptance shall be at destination (supplies shall be delivered to the destination at the expense of the contractor). (2) ONLY e-mailed quotes will be accepted. E-mailed quotes may be sent to elizabeth.johnson@whs.mil. Contractors are responsible for verifying receipt of their quotes. (3) Quotes must be firm-fixed-priced, and include all quantities listed, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (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: (1): Technical Acceptability and (2) Price. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.204-7 Central Contractor Registration. FAR 52.209-6 Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. Convict Labor. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. 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 52.222-50 Combating Trafficking in Persons. FAR 52.232-18 Availability of Funds. FAR 52.232-33 Payment by EFT - CCR. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.211-7003 Item Identification and Validation. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. 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 all responses NO LATER THAN the designated dates and times. Points of contact are Elizabeth A. Johnson, elizabeth.johnson@whs.mil, telephone 703-545-0597 and Reginald Solomon at reginald.solomon@whs.mil. No telephonic requests or questions will be entertained. Primary Point of Contact. Elizabeth A. Johnson Contracting Office Address: 1155 Defense Pentagon Washington, District of Columbia 20301-1155 United States Place of Contract Performance: 1155 Defense Pentagon Washington, District of Columbia 20301 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ0034-12-R-3008/listing.html)
 
Place of Performance
Address: 8000 Westpark Drive, McLean, Virginia, United States
 
Record
SN02702907-W 20120324/120322234507-456562a24e80ff9041b87ac1fd486ea9 (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.