Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
SOLICITATION NOTICE

U -- On-Site Fitness Trainers - Attachment A - Price Schedule - Attachment B

Notice Date
7/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
713940 — Fitness and Recreational Sports Centers
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
 
ZIP Code
20237
 
Solicitation Number
BBG50-R-14-0053
 
Archive Date
9/9/2014
 
Point of Contact
Myria Carpenter, Fax: 2023827870, Myria Carpenter, Fax: 202-382-7870
 
E-Mail Address
mecarpen@bbg.gov, mecarpen@bbg.gov
(mecarpen@bbg.gov, mecarpen@bbg.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment B - Statement of Work Attachment A - Price Schedule (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM 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. (ii) Solicitation No. BBG50-R-14-0053 is issued as a Request For Proposal (RFP) for a Firm-Fixed price contract that will be awarded using the contracting by negotiation procedures in FAR Part 15. (iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Regulations 2005-74, dated July 1, 2014. (iv) This is a total small business set aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 713940 and the small bsuiness size standard is $7.5M. (v) The contractor shall provide the following Contract Line Item (CLIN): The Contractor shall perform fitness training instruction and related services as described in the Attachment B: Statement of Work. (vi) The Broadcasting Board of Governors requires a Contractor to perform fitness training instruction and related services for the Broadcasting Board of Governors, Facilities Management Division, at the Mary Switzer Building, Ground Floor Gym, 330 3rd Street SW, Washington DC, 20237. All activities under this contract will take place at BBG headquarters fitness facility in Southwest Washington, DC. The contractor is responsible for all labor, transportation of instructors, and related expenses. See Attachment B for more details. (vii) The Start of Service (SOS) date will be September 1, 2014. The Base Period of the contract will be from the SOS Date and continue for 365 days (366 days in the event of a leap year). The subsequent Option period, if exercised, will follow sequentially for a total contract duration not to exceed twenty-seven (27) months. ( viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Interested contractors who are capable of providing these services should submit a proposal demonstrating their ability and experience in providing the required services. MANDATORY CONTRACTOR QUALIFICATIONS SHALL INCLUDE: A) The Offeror shall be regularly engaged in performing fitness training instruction; B) The Offeror shall possess sufficient financial background and organization to insure satisfactory and timely performance. The Offeror shall have established an acceptable performance record in the past for completing contracts of similar character on time and C) The Offeror must demonstrate the following four (4) qualifications 1. at least one of the trainers must be Cardio-Pulmonary Resuscitation (CPR) and Automatic External defibrillator (AED) certified 2. at least one of the trainers must be a Master Trainer 3. at least one of the trainers must be an Expert level Certified Personal Trainer and 4. both trainers are certified group aerobics instructors with experience working with multicultural groups of diverse ages and fitness levels; OFFERORS RESPONDING TO THIS SOLICITATION SHALL SUBMIT AT MINIMUM, THE FOLLOWING ITEMS TO THE CONTRACTING OFFICER : 1. Offeror’s Proposal (1 original, 1 copy of Technical Proposal and 1 original, 1 copy of Price Proposal showing how price was developed). Price data shall not be referenced in Technical proposals. The Offeror shall structure its technical proposal to convey how the Company’s experience satisfies the mandatory qualifications in a straightforward and concise manner. The technical and price proposals must addresses the factors described below in (ix). The Price Proposal must contain a copy of Attachment A entitled “Price Schedule” filled out by the Offeror. The Government plans to award without discussions, but may conduct discussions if it deems it is in the Government’s best interest. In the event that the Government conducts discussions from Offerors who are determined to be in the Competitive Range in accordance with FAR 15.307, it is the intention of the Government to conduct discussion/negotiations either via email or at the BBG Headquarters in Washington, DC. (ix) The Federal Acquisition Regulation (FAR) provision FAR 52.212-2 Evaluation-Commercial Items, applies to this solicitation. The Government will award a Commercial Item, Firm-Fixed-Price, contract resulting from this RFP to the responsible Offeror (s) whose offer conforming to the RFP will result in a best value to the Government, based on technical approach, experience, past performance and price. The Government intends to make a best value selection. All evaluation factors other than price, when combined, are significantly more important than price. THE FOLLOWING FACTORS SHALL BE ADDRESSED IN THE TECHNICAL PROPOSALS AND SHALL BE USED TO EVALUATE PROPOSALS: 1) Technical Approach : The contractor must provide a narrative detailing the approach that they will take to meet the requirement. The contractor must illustrate its understanding of the requirement and its ability to provide the required services stated herein. 2) Experience : The Offeror shall provide recent examples (within the past three (3) years) demonstrating its experience in providing the services required under this Solicitation to Governmental and/or commercial customers. Examples provided should be of the same and/or similar services specified herein. 3) Past Performance : The Offeror shall have demonstrated past performance in performing fitness training and related services. Technical proposals shall contain detailed information on past performance and relevant contracts for same and/or similar services with a minimum of three (3) references including contract numbers, points of contact with telephone numbers and email addresses (i.e., the point of contact who can verify performance). The BBG shall evaluate the Offeror’s Past Performance pursuant to FAR 15.305(a)(2). Each Offeror’s Past Performance shall be determined to be favorable or unfavorable. Pursuant to FAR 15.305(a) (2) (iv), in the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror will not be evaluated favorably or unfavorably on past performance. THE FOLLOWING FACTORS SHALL BE ADDRESSED IN THE PRICE PROPOSALS AND SHALL BE USED TO EVALUATE PROPOSALS: Price Proposal : Offerors shall submit a separate Price Proposal showing an all-inclusive price of perfoming fitness training instruction and related services. The prices for shall be provided in English and United States dollars. The Price Proposal must contain Attachment A entitled “Price Schedule” filled out by the Offeror. The Government will evaluate the price proposal by: 1. 1. comparing the proposed prices received in response to the solicitation against the IGE and historical prices paid by the Government for the same or similar services; 2. 2. assessing the responsiveness of the Offeror in providing the requested prices; and 3. 3. adding the total price for all options to the total price for base period. Offerors are cautioned that failure to address each of the above technical factors (and subfactors) and price factors may deem their proposal unacceptable. Proposals which are non-conforming will be rejected at the sole discretion of the Contracting Officer. (x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. Offerors may either submit a paper copy of FAR Clause 52.212-3 or submit this information through the System of Award Management (SAM) at HTTPS://WWW.SAM.GOV/PORTAL/PUBLIC/SAM/ PRIOR TO CONTRACT AWARD. Proposals must also include contractor's DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. THE CONTRACTOR MUST BE REGISTERED ONLINE IN THE SAM WEB SITE PRIOR TO CONTRACT AWARD. (xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is as follows: SPECIAL CONTRACT REQUIREMENTS: 1. BILLING AND PAYMENT - The Contractor is authorized to submit its invoice for payments on a monthly basis for certification and acceptance by the COR. Note: The BBG intends to change its current invoicing procedures to an optical reading system. The Contractor may be required in the future to use a standard invoice template. Any costs associated with complying with the invoice change will be at the Contractor’s expense. 2. INVOICE ADDRESS - Invoices shall be sent to the following address: Broadcasting Board of Governors International Broadcasting Bureau Attn: To be announced after contract award 330 Independence Ave. SW, Room Cohen Building Washington, DC 20237 3. CONTR A CT I NG O F F ICER ’ S R E P R E S ENTATIVE The Contr ac t i n g O f f i ce r will a ppoint b y letter a C ontr ac t i ng O f fi c e r ’ s R e p r e s e ntative ( COR) w ho will h a ve the re spons i bi l i t y of e ns u ri n g that the w o r k p e r f o rm e d b y the C o ntr ac tor c o n fo r ms t o the re quir e m e nts of the c ontr ac t and su c h ot h e r re spons i bi l i t ies a nd a uthorities a s m a y b e spe c ified in t he letter o f authori z a t i on or in th i s c o ntr ac t. I t i s un d e r s t oo d a n d a g r e e d, i n p a r t i c u l a r, t h a t t h e COR s h a l l no t h a v e t h e a uth o r i t y t o m a k e c h a n g e s to t he s c o pe or t e rms a nd c ondi t ions of the c ontr a c t unless a nd on l y to t he e x tent that such a uthori t y is s p e c ified in t he letter of authorization or in t he c ontr ac t. THE CONTRACTOR IS HERE B Y F ORE W A R NED THAT, A B S EN T TH E R EQU I S I T E AUTHO R I T Y O F TH E C O N T RAC T IN G O F FIC E R ’ S R E P R ESE N T A T IV E ( C O R ) T O MAK E AN Y S U C H C H A NGE S, I T MAY B E H E L D F U L L Y RES P O N S I B L E F OR A N Y CH A N G ES NOT A U T H O R IZ E D I N A D V A N C E, I N W R I T I N G, BY T H E CO N TRAC T I N G O F F I C ER; MAY B E D E N I ED COMPENSA T I O N O R OT H ER R E LI E F FO R AN Y AD D I T I ON A L W O R K P E R FO R ME D T HA T I S NO T S O AU T HO R I Z E D; AN D M A Y A L S O B E REQ U I R E D, AT N O A D D I T I O N A L COSTS TO T HE G O V E RNME N T, TO TA K E A L L COR R EC T I VE A C T I ON NECES S I TA T ED B Y REASON O F THE U N A U TH O R I Z ED CHANGES. (End of Clause) 4. CONTA C T IN F O R M ATI O N: The Contr ac tor sh a ll pr o vide a d a y - to - d a y o p e r a t i o n a l cont ac t, a co n ta c t for prompt contract administration as well as a CPARS contact: Contr ac tor – Day to day operational contact Name: Tit l e : Address: P hone Numb e r: Email: Contr ac tor – Prompt contract administration contact Name: Tit l e : Address: P hone Numb e r: Email: Contr ac tor – CPARS contact Name: Tit l e : Address: P hone Numb e r: Email: 5. EXERCISING OF OPTIONS UNDER THIS CONTRACT : The Government reserves the right to exercise unilaterally the options subject to the availability of funding, in Attachment A entitled "Price Schedule." The parties agree that the Government may partially exercise and fund any options in Attachment A and may do so multiple times up to the point that the option has been fully exercised and funded. The Contractor, however, will not be entitled to any additional compensation beyond that associated with the amount of the option exercise. In the event that BBG does not give written notice to exercise an option, the contract will expire at the end of the existing period of performance (the Base Period or Option Period) as applicable. Additionally, the parties agree that, in the event the BBG decides not to exercise any options, BBG will have no further obligation to the Contractor under this contract other than to pay for services actually rendered by the Contractor to BBG hereunder. (End of Clause) (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.203-10 Contractor Code of Business Ethics and Conduct (Apr 2010); 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013); 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jul 2013); 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post Award Small Business Program Representation (Jul 2013); 52.222-3 Convict Labor (June 2003); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Veterans (Sep 2010); 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37 Employment Reports on Veterans (Sep 2010); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 201); 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013). (xiii) Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation include: 52. 217 - 9 Op t i on t o E x t end t he T erm of the C on t ract ( Mar 2000); 52.237-3 Continuity of Services (Jan 1991); 52.246-4 Inspection of Services--Fixed-Price. (AUG 1996). There are no other additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices. (xiv) No Defense Priorities and Allocation System (DPAS) rating assigned. (xv) Failure to provide any of the required services for any of the CLINs may result in the rejection of your proposal. Proposals shall be in writing and must be signed by an official authorized to bind the organization. Oral, faxed or emailed proposals will not be accepted. Please note that questions must be submitted in writing to Myria Carpenter by email (proposalquestionMEDC@bbg.gov) or fax (202-382-7870) and received before the deadline of 12:00 p.m., Eastern Standard Time on July 25, 2014. Technical Proposals shall be submitted as an original and three copies and Price Proposals shall be submitted as an original and one copy. All proposals must be sent via courier or overnight delivery and must be received before deadline. Proposals are due at the Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007B, Washington, DC 20237 on August 7, 2014, at 12:00PM, Eastern Time. (xvi) Contact: Myria Carpenter, Contract Specialist, Facsimile 202-382-7870, email: mecarpen@bbg.gov. All responsible sources may submit an offer that will be considered by the Agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-R-14-0053/listing.html)
 
Place of Performance
Address: Mary Switzer Building, Ground Floor Gym, 330 3rd Street SW, Washington, District of Columbia, 20237, United States
Zip Code: 20237
 
Record
SN03428227-W 20140719/140717234948-24168b524228e1224e0853198454cee5 (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.