Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 20, 2013 FBO #4409
MODIFICATION

U -- Yoga Instructor

Notice Date
12/18/2013
 
Notice Type
Modification/Amendment
 
NAICS
611620 — Sports and Recreation Instruction
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-14-T-0026
 
Point of Contact
Kevin W. Knapp, Phone: 6195325944
 
E-Mail Address
kevin.knapp@med.navy.mil
(kevin.knapp@med.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The proposed contract action is for commercial item, which the Naval Medical Center San Diego intends to solicit as 100% small business set-aside under the authority of FAR 6.203. This is a combined solicitation/synopsis 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 only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00259-14-T-0026 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 611620; Size: 7.0M. All interested bidders shall submit quotations electronically by email to Kevin.Knapp@med.navy.mil or by facsimile at 619-532-5922, attention Kevin Knapp. E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 27 December 2013 11:00 AM Pacific Standard Time to be considered responsive. Item Number-0001 Yoga Instructor (Base Year) Item Number 0001AA Balboa Wounded Warrior Athlete Program Yoga Instructor. The instructor will provide one (1) hour yoga classes for a total of 208 classes annually. To be performed in Accordance with the Performance Work Statement. Qty 208 classes per year $_______ Item Number 0001AB Balboa Wounded Warrior Athlete Program Yoga Instructor. Optional ten (10) classes, one (1) hour each, if needed. To be performed in Accordance with the Performance Work Statement. Qty 10 Classes per year $_______ Period of Performance 1 January 2014 - 31 December 2014 Item Number-0002 Yoga Instructor (Base Year) Item Number 0002AA Balboa Wounded Warrior Athlete Program Yoga Instructor. The instructor will provide one and a half (1.5) hour yoga classes for a total of 208 classes annually. To be performed in Accordance with the Performance Work Statement. Qty 52 classes per year $_______ Item Number 0002AB Balboa Wounded Warrior Athlete Program Yoga Instructor. Optional ten (10) classes, one and a half (1.5) hours each, if needed. To be performed in Accordance with the Performance Work Statement. Qty 10 Classes per year $_______ Period of Performance 1 January 2014 - 31 December 2014 Item Number-1001 Yoga Instructor (Option Year One) Item Number 1001AA Balboa Wounded Warrior Athlete Program Yoga Instructor. The instructor will provide one (1) hour yoga classes for a total of 208 classes annually. To be performed in Accordance with the Performance Work Statement. Qty 208 classes per year $_______ Item Number 1001AB Balboa Wounded Warrior Athlete Program Yoga Instructor. Optional ten (10) classes, one (1) hour each, if needed. To be performed in Accordance with the Performance Work Statement. Qty 10 Classes per year $_______ Period of Performance 1 January 2015 - 31 December 2015 Item Number-1002 Yoga Instructor (Option Year One) Item Number 1002AA Balboa Wounded Warrior Athlete Program Yoga Instructor. The instructor will provide one and a half (1.5) hour yoga classes for a total of 208 classes annually. To be performed in Accordance with the Performance Work Statement. Qty 52 classes per year $_______ Item Number 1002AB Balboa Wounded Warrior Athlete Program Yoga Instructor. Optional ten (10) classes, one and a half (1.5) hours each, if needed. To be performed in Accordance with the Performance Work Statement. Qty 10 Classes per year $_______ Period of Performance 1 January 2015 - 31 December 2015 Item Number-2001 Yoga Instructor (Option Year Two) Item Number 2001AA Balboa Wounded Warrior Athlete Program Yoga Instructor. The instructor will provide one (1) hour yoga classes for a total of 208 classes annually. To be performed in Accordance with the Performance Work Statement. Qty 208 classes per year $_______ Item Number 2001AB Balboa Wounded Warrior Athlete Program Yoga Instructor. Optional ten (10) classes, one (1) hour each, if needed. To be performed in Accordance with the Performance Work Statement. Qty 10 Classes per year $_______ Period of Performance 1 January 2016 - 31 December 2016 Item Number-2002 Yoga Instructor (Option Year Two) Item Number 2002AA Balboa Wounded Warrior Athlete Program Yoga Instructor. The instructor will provide one and a half (1.5) hour yoga classes for a total of 208 classes annually. To be performed in Accordance with the Performance Work Statement. Qty 52 classes per year $_______ Item Number 2002AB Balboa Wounded Warrior Athlete Program Yoga Instructor. Optional ten (10) classes, one and a half (1.5) hours each, if needed. To be performed in Accordance with the Performance Work Statement. Qty 10 Classes per year $_______ Period of Performance 1 January 2016 - 31 December 2016 Item Number-3001 Yoga Instructor (Option Year Three) Item Number 3001AA Balboa Wounded Warrior Athlete Program Yoga Instructor. The instructor will provide one (1) hour yoga classes for a total of 208 classes annually. To be performed in Accordance with the Performance Work Statement. Qty 208 classes per year $_______ Item Number 3001AB Balboa Wounded Warrior Athlete Program Yoga Instructor. Optional ten (10) classes, one (1) hour each, if needed. To be performed in Accordance with the Performance Work Statement. Qty 10 Classes per year $_______ Period of Performance 1 January 2017 - 31 December 2017 Item Number-3002 Yoga Instructor (Option Year Three) Item Number 3002AA Balboa Wounded Warrior Athlete Program Yoga Instructor. The instructor will provide one and a half (1.5) hour yoga classes for a total of 208 classes annually. To be performed in Accordance with the Performance Work Statement. Qty 52 classes per year $_______ Item Number 3002AB Balboa Wounded Warrior Athlete Program Yoga Instructor. Optional ten (10) classes, one and a half (1.5) hours each, if needed. To be performed in Accordance with the Performance Work Statement. Qty 10 Classes per year $_______ Period of Performance 1 January 2017 - 31 December 2017 PERFORMANCE WORK STATEMENT BALBOA WARRIOR ATHLETE PROGRAM YOGA PROGRAM 1.0 BACKGROUND 1.1 General. The mission of Naval Medical Center, San Diego (NMCSD) is to be the nation's premier military medical center; providing world-class care, anytime, anywhere. The mission of the Health and Wellness Department is to maximize the health of all beneficiaries through primary, secondary, and tertiary prevention programs and services. Navy Medicine Health and Wellness resources will support the health and wellness needs of active duty and their family members, reserve component members, civilian beneficiaries, and retirees. 2.0 SCOPE 2.1 Scope of Work. The Contractor shall provide health enhancing yoga practices to able-bodied personnel and those individuals with physical and emotional disabilities to include, but not limited to, amputation (s), orthopedic and neurological related impairments, Traumatic Brain Injury (TBI), cancer, mental health disorders, and Post Traumatic Stress Disorder (PTSD) and all other medical or mental diagnoses. Yoga instruction will be provided to all Navy, Marines, Army, ill, injured and wounded service members with permanent and temporary physical disabilities and all other eligible beneficiaries in support of the Health and Wellness Department, Naval Medical Center San Diego (NMCSD). 2.2 Specific Duties 2.2.1 The program is conducted: Tuesday from 1200-1300; Wednesday from 1400-1500; and Thursday from 1000-1100, from 1330-1500, and from 1500-1600; or otherwise specified by NMCSD, Health & Wellness Program Manager. Other classes may be offered as needed. The NMCSD Health & Wellness Program Manager will make a determination regarding these additional events and will notify the contractor of the times and dates of events. Two hundred sixty yoga classes will be offered yearly, unless otherwise specified by the Program Manager. 2.2.2 Instructor must have the ability to provide health enhancing yoga practices. Instructor must also have an extensive knowledge base of various physical impairments and precautions associated with those disabilities including open wounds related to recent amputations, skin break down, prosthetic use and overall general daily functioning associated with disabilities. Interpersonal dynamics and specialized experience is a must teaching members with PTSD, TBIs' and amputations on how to adapt to various yoga techniques in order to meet their individual needs and rehabilitation goals. 2.2.3 The contractor must have the ability to adapt yoga poses for participants that exhibit a wide variety of physical and emotional challenges. The contractor will have the ability to aid these participants with the goal of improved body function and to support ongoing wound healing. 2.2.5 The contractor will perform classroom setup prior to each class. Equipment that requires set up is: Yoga mats, yoga blocks, yoga straps, folding chairs, blankets, and sand bags. The contractor will assist in proper storage of equipment upon class completion. 2.2.6 The Contractor will conduct the yoga classes in conjunction with the NMCSD Program Staff. 2.2.7 Contractor employees shall hold current First Aid and CPR certifications and have them readily available for inspection. 2.2.8 Instructor must be a current National Yoga Alliance Registered Yoga Teacher with experience teaching yoga classes to physically challenged participants. Instructor must have experience with gym equipment. 2.2.9 Contractor employees shall have ability to communicate orally and in writing. 3.0 GOVERNMENT FURNISHED EQUIPMENT. 3.1 For services performed on site at the NMCSD, the government will provide, without cost to the contractor, the facility and equipment listed below which the contractor shall use only for the performance of this contract. 3.1.1 Facilities used for this program include: NMCSD, Bldg. 1, 1st floor - C5 Dept.; NBHC NTC, Point Loma, Bldg. 500 - OASIS program; NMCSD Bldg. 26, 1st floor - Health and Wellness Dept.; any alternate location as designated by the Health & Wellness Program Manager. The Contractor and Contractor employees shall make no use of any Government facilities or other Government property in connection with outside employment. 3.1.2 Equipment includes: Yoga mats; yoga blocks; yoga straps; folding chairs; blankets; sand bags, other associated equipment. Government property furnished to the Contractor shall be for the sole purpose of performance of contract requirements. Property and services shall not be removed from the Government installation. 4.0 QUALITY ASSURANCE 4.1 Contractor Quality Control 4.1.1 Quality of Service. The services specified in this Performance Work Statement shall be performed in accordance with established principles and ethics of the Health and Wellness Program Staff. The quality and content of the class presentations will meet or exceed the current recognized standards established by the Joint Commission on Accreditation of Healthcare Organizations (Joint Commission), the American Hospital Association (AHA) and those other professional associations that specify standards of performance for sports and rehabilitative activities. 4.2 Government Quality Assurance 4.2.1 The Government will monitor contractor performance in accordance with the objectives detailed in the following Quality Assurance Surveillance Plan (QASP). 4.2.2 Quality Assurance Surveillance Plan (QASP) Performance Objective Standard Acceptable Quality Level Surveillance Method Yoga training IAW Paragraph 2.2.2/2.2.3 Positive customer satisfaction level and/or observable improvement in range of motion. 95% in 6 months Observation by the Program Manager 5.0 OTHER PROVISIONS 5.1 Hours of operation. The Health and Wellness Department operating hours are from 0600-2000, Monday - Friday, with occasional weekend work. 5.2 Federal Holidays. Contractor services will not be required on the following federally established holidays: New Year's Day, Martin Luther King's Birthday, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day and Christmas Day. The government will not compensate the contractor for these periods of planned absences. 5.3 Identification Badge. The contract workers shall display an identification badge, which includes the contract worker's full name and professional status (furnished by the Government) on the right breast of the outer clothing. Security badges provided by the Government shall be worn when on duty. Upon termination, the contract worker will return identification badge to the COR/GPOC. 5.4 Course Reminders. The Health and Wellness Staff shall give a class reminder call to scheduled participants on the last work day prior to the first scheduled session. The staff will indicate on the registration roster the time and date of the reminder call, any cancellations and the number of participants who will be attending the class. 5.5 Records. The contractor is responsible for adhering the conditions contained in the clause "PRIVACY AND SECURITY OF PROTECTED HEALTH INFORMATION (AUG 2007) contained in the contract. All records produced in the performance of this contract and all evaluations of patients are the property of, and subject to the exclusive control of, the Government. The Contractor may retain a copy of all such records or evaluations, but may not provide further copies or disclose the information from such records or evaluations to third parties. All requests from other treatment facilities or other individuals for patient records shall handled in accordance with procedures specified by MTF instructions. *End of Performance Work Statement.* Contractor must be registered to the System for Award Management prior to award. The website address for SAM registration is www.sam.gov Contractor MUST complete FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, when submitting a proposal. The website address is http://www.acq.osd.mil. DELIVERY ADDRESS: Naval Medical Center San Diego, Health & Wellness Department, Loading Dock 1 (PST 0800-1500) Bob Wilson Drive, San Diego CA 92134. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-71. This acquisition incorporates the following FAR clauses are applicable to this procurement: 52.204-7 Central Contractor Registration (APR 2008) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Award (AUG 2012) 52.204-13 Central Contractor Registration Maintenance (DEC 2012) 52.212-1 Instruction to Offerors-Commercial Item (APR 2008) 52.212-3 Offeror Representations and Certification--Commercial Items (MAY 2008) 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2007) 52.232-33 Payment buy Electronic Funds Transfer-Central Contractor (OCT 2003) 252.225-7002 Qualifying Country Sources As Subcontractors (DEC 2012) 52.212-2, Evaluation - Commercial Items (JAN 1999), the following factors shall be used to evaluate offers; i) Technical capability of the item offered to meet the Government requirement; ii) past performance[Offeror must submit references from similar work performed within the last three years.]; iii) price. Technical and past performance, when combined, are more important than price, contractors who do meet the first two factors will not go under price evaluation. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAR 2007) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 52.209-6 protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (DEC 2010) 52.219-28 Post Award Small Business Program Representation (APR 2012) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (MAR 2012) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2002) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33 Payment by Electronic Funds Transfer Other than Central Contractor Registration (MAY 1999) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) 252.225-7001 Buy American and Balance of Payment Program (DEC 2012) 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) 22.232-36 Payment by Third Party (MAY 1999) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 52.232-3 Payments under Personal Services Contracts (APR 2004) 52.217-8 Option to Extend Services. (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) NMCAR SUBPART 5237.102(90) - Service Contract General
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-14-T-0026/listing.html)
 
Place of Performance
Address: Naval Medical Center San DIego, San Diego, California, 92134, United States
Zip Code: 92134
 
Record
SN03254584-W 20131220/131218235803-f9ef6beb6cb6f809531ac90a3cde7a8d (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.