Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2012 FBO #3778
SOLICITATION NOTICE

U -- FITNESS INSTRUCTOR - Package #1 - Package #2 - Package #3 - Package #4 - Package #5 - Package #6 - Package #7 - Package #8 - Package #9

Notice Date
3/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812990 — All Other Personal Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit Alameda, US Coast Guard Island, Bldg. 42, Alameda, California, 94501-5100, United States
 
ZIP Code
94501-5100
 
Solicitation Number
HSCG31-12-Q-P4A059
 
Archive Date
5/1/2012
 
Point of Contact
Michael N Davis, Phone: (510)437-5310, Mei S. Chan, Phone: (510) 437-3195
 
E-Mail Address
michael.n.davis@uscg.mil, mei.s.chan@uscg.mil
(michael.n.davis@uscg.mil, mei.s.chan@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
EXHIBIT 1 Contractor Information and Reference Form RFI WAGE OTHER APPLICABLE CLAUSES FAR 52.212-4 SOW FAR 52.212-5 SCA FLYER COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. (A) The solicitation number is HSCG31-12-Q-P4A059 and is issued as a Request for Quotation (RFQ). (B) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57. (C) This acquisition is issued set-aside 100% for small business. The associated NAICS code is 812990 and the small business size standard is $7 million. (D) List CLINS, item descriptions, quantities and units of measure, (including option(s), if applicable): CLIN 00001, FY12 Fitness Instructor, 1, JB (EST. May 1st thru Sept 30th 2012) CLIN 00002, FY13 Fitness Instructor, 1, JB (Oct 1st 2012 thru Sept 30th 2013) CLIN 00003, FY14 Fitness Instructor, 1, JB (Oct 1st 2013 thru Sept 30th 2014) CLIN 00004, FY15 Fitness Instructor, 1, JB (Oct 1st 2014 thru Sept 30th 2015) CLIN 00005, FY16 Fitness Instructor, 1, JB (Oct 1st 2015 thru Sept 30th 2016) (E) Description/Statement of Work/Specification The United States Coast Guard MWR Branch in Alameda, CA seeks a fitness and yoga leader and instructor. Fitness and Yoga Classes are to be provided Monday through Friday from 1130-1230, except on Federal Holidays, when there is no classes to perform. Class leader/ instructor will provide instruction and class leadership to different age groups and various fitness levels. The Instructor will be independently certified in the classes offered and must be a certified Aerobics/ Fitness Instructor and a certified Yoga Instructor. Aerobics classes will consist of a mix of high and low impact exercises, which may include, but are not limited to step aerobics, aerobic exercises, kickboxing or tae-bo, and spin classes. Yoga classes will consist of Yoga, Pilates and meditation. Fitness instructor will provide advice to the Morale Welfare and Recreation Manager to ensure that classes are tailored to customer wants and requests. All tailoring of classes is done at the convenience of the MWR Director via the Contracting Officers Representative. Contractor shall maintain a sign-in sheet, which includes the date, instructor's name, class provided and each participants name and signature for each class. Rosters shall be turned into the contacting officer's representative (COR) at the conclusion of each class. The COR will be established by the Contracting Officer. Initial Proposed Class Schedule Monday 11:30-12:30 Yoga (as defined above) Tuesday 11:30-12:30 Aerobics (as defined above) Wednesday 11:30-12:30 Yoga (as defined above) Thursday 11:30-12:30 Aerobics (as defined above) Friday 11:30-12:30 Yoga (as defined above) (F) Date(s) and place(s) of delivery and acceptance. FOB: Destination (G) FAR Provision 52.212-1, Instructions to Offerors-Commercial, is incorporated by reference and applies to this acquisition. Addendum to FAR Povision52.212-1 - the following paragraphs are modified or added to the provision: (b) Submission of Offers. - Modified Submit signed and dated offers to the office specified in this solicitation at or before the exact date and time specified in this solicitation. Offers may be submitted on the Standard Form 1449 or company letterhead stationery. As a minimum, offers must show- (1) The solicitation number; (2) The date and time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of all Solicitation Amendments, if applicable; (10) A completed " Contractor Information and Reference Form" is requested to assist the Contracting Officer in the determination of the contractor's responsibility. (11) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for Acceptance of Offers. - Modified The offeror agrees to hold prices in its offer firm for 60 calendar days from the date specified for receipt of offers (SF-1449/Block 8), unless another time period is specified in an amendment to the solicitation. (k) Central Contractor Registration (CCR). - Modified By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database before the date and time specified in Block 8 (Offer Due Date/Time) of the SF-1449, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (H) FAR Provision 52.212-2, Evaluation-Commercial Items, is incorporated by reference and applies to this acquisition: 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: Price, Delivery, and Past Performance. Price is more important than delivery or past performance. The Government reserves the right to do trade-offs. Award may be made to other than the lowest price. Award will be a best value decision. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. The evaluation and award procedures in FAR 13.106 apply. (I) Offerors are required to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. Offerors may complete FAR 52.212-3 online at ORCA: https://orca.bpn.gov/login.aspx. An offeror must state in their offer if they completed FAR 52.212-3 online at ORCA (the information on ORCA must be up-to-date and valid). (J) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, is incorporated by reference and applies to this acquisition. Addendum to FAR Clause 52.212-4 - the following paragraphs are modified or added to the clause: (K) FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (MAR 2012) is incorporated by reference and applies to this acquisition. The following FAR clauses cited in Clause 52.212-5 are applicable to the acquisition: SEE ATTACHED FOR APPLICABLE CLAUSES (L) see additional clauses. Attached FULL TEXT PROVISIONS 52.237-1 Site Visit Apr 1984 Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of provision). (M) A statement regarding any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices: N/A. (N) The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this solicitation. (O) Date, time and place offers are due. Offers are due no later than (16 April 2012), 4:00 PM PACIFIC. Submit offers to the following mailing address, e-mail address, or fax number by the offer due date and time: Mailing Address: U.S. Department of Homeland Security United States Coast Guard Base Alameda Attn: SK1 Michael N. Davis Coast Guard Island bldg 42 Alameda, CA 94501 E-Mail Address: michael.n.davis@uscg.mil Fax Number: (510)437-2793 (Attn: Michael Davis) (P) Any and all questions regarding this solicitation shall be submitted in writing to the Contract Specialist at (michael.n.davis@uscg.mil) no later than (11 April 2012), 4:30PM Eastern. NOTICE FOR FILING AGENCY PROTESTS (IF >$25K) It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202.372.3695. THE FOLLOWING DEPARTMENT OF HOMELAND SECURITY ACQUISITION REGULATION CLAUSES ARE HEREBY INCORPORATED This contract incorporates the following clauses by reference with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this address: http://www.dhs.gov/xlibrary/assets/opo_hsar_jun_2006.pdf CLAUSE NO TITLE HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (JUN 2006) HSAR 3052.211-70 Index for Specifications (DEC 2003) HSAR 3052.222-70 Strikes or Picketing Affecting Timely Completion of the Contract Work (DEC 2003) HSAR 3052.222-71 Strikes or Picketing Affecting Access to a DHS Facility (DEC 2003) HSAR 3052.223-70 Removal or Disposal of Hazardous Substance - Applicable and Permit (JUN 2006) Contractor must obtain all licenses and permit within 30 days of award. The contractor shall complete the following: The contractor certifies that is has [ ] does not have [ ] all licenses and permits required by Federal, state, and local laws to perform hazardous substance(s) removal or disposal services. HSAR 3052.223-90 Accident and Fire Reporting (DEC 2003) HSAR 3052.228-70 Insurance (DEC 2003) HSAR 3052.242-71 Dissemination of Contract Information (DEC 2003) HSAR 3052.242-72 Contracting Officers Technical Representative (DEC 2003) HSAR 3052.204-71 CONTRACTOR EMPLOYEE ACCESS (JUN 2006) (a) Sensitive Information, as used in this Chapter, means any information, the loss, misuse, disclosure, or unauthorized access to or modification of which could adversely affect the national or homeland security interest, or the conduct of Federal programs, or the privacy to which individuals are entitled under section 552a of title 5, United States Code (the Privacy Act), but which has not been specifically authorized under criteria established by an Executive Order or an Act of Congress to be kept secret in the interest of national defense, homeland security or foreign policy. This definition includes the following categories of information: (1) Protected Critical Infrastructure Information (PCII) as set out in the Critical Infrastructure Information Act of 2002 (Title II, Subtitle B, of the Homeland Security Act, Public Law 107-296, 196 Stat. 2135), as amended, the implementing regulations thereto (Title 6, Code of Federal Regulations, Part 29) as amended, the applicable PCII Procedures Manual, as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the PCII Program Manager or his/her designee); (2) Sensitive Security Information (SSI), as defined in Title 49, Code of Federal Regulations, Part 1520, as amended, "Policies and Procedures of Safeguarding and Control of SSI," as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the Assistant Secretary for the Transportation Security Administration or his/her designee); (3) Information designated as "For Official Use Only," which is unclassified information of a sensitive nature and the unauthorized disclosure of which could adversely impact a person's privacy or welfare, the conduct of Federal programs, or other programs or operations essential to the national or homeland security interest; and (4) Any information that is designated "sensitive" or subject to other controls, safeguards or protections in accordance with subsequently adopted homeland security information handling procedures. (b) "Information Technology Resources" include, but are not limited to, computer equipment, networking equipment, telecommunications equipment, cabling, network drives, computer drives, network software, computer software, software programs, intranet sites, and internet sites. (c) Contractor employees working on this contract must complete such forms as may be necessary for security or other reasons, including the conduct of background investigations to determine suitability. Completed forms shall be submitted as directed by the Contracting Officer. Upon the Contracting Officer's request, the Contractor's employees shall be fingerprinted, or subject to other investigations as required. All contractor employees requiring recurring access to Government facilities or access to sensitive information or IT resources are required to have a favorably adjudicated background investigation prior to commencing work on this contract unless this requirement is waived under Departmental procedures. (d) The Contracting Officer may require the contractor to prohibit individuals from working on the contract if the government deems their initial or continued employment contrary to the public interest for any reason, including, but not limited to, carelessness, insubordination, incompetence, or security concerns. (e) Work under this contract may involve access to sensitive information. Therefore, the Contractor shall not disclose, orally or in writing, any sensitive information to any person unless authorized in writing by the Contracting Officer. For those contractor employees authorized access to sensitive information, the contractor shall ensure that these persons receive training concerning the protection and disclosure of sensitive information both during and after contract performance. (f) The Contractor shall include the substance of this clause in all subcontracts at any tier where the subcontractor may have access to Government facilities, sensitive information, or resources. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ea13d18dc1af03abfb332b658db3e24a)
 
Place of Performance
Address: BASE ALAMEDA, COAST GUARD ILSAND BLDG 16, ALAMEDA, California, 94501, United States
Zip Code: 94501
 
Record
SN02706526-W 20120329/120327235041-ea13d18dc1af03abfb332b658db3e24a (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.