Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2002 FBO #0280
SOLICITATION NOTICE

R -- AEROBIC INSTRUCTORS SCOTT AIR FORCE BASE IL

Notice Date
9/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015
 
ZIP Code
62225-5015
 
Solicitation Number
Reference-Number-F7345520800200
 
Point of Contact
Marcia Wuebbels, Contract Specialist, Phone 618-256-9279, Fax 618-256-5237, - YJ Still, Contract Specialist, Phone 618-256-9280, Fax 618-256-5237,
 
E-Mail Address
marcia.wuebbels@scott.af.mil, yjuania.still@scott.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is 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. (ii) The reference number is F7345520800200 and the solicitation is issued as a Request For Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-09. (iv) This is a total small business set-aside. The associated North American Industry Classification System (NAICS) code is 713940 and the small business size standard is $6.0 million. (v) The solicitation can be viewed at http://www.eps.gov/. (vi) The solicitation package includes the Statement of Work (SOW), Pricing Schedule and Wage Determination 94-2309 Rev (26) dated 06/06/02. (vii) This combined synopsis/solicitation is for aerobic instructors for fitness programs at SCOTT AIR FORCE BASE, IL Fitness Center for a performance period of 01 Oct 2002 through 30 Sep 2003. (viii) The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors?Commercial Items, applies to this acquisition. Addendum to 52.212-1: The RFQ shall consist of three (3) separate parts; Part I ?Price Quote, Part II ? Technical and Part III ? Past Performance Information. Part I consist of (a) Pricing Schedule and (b) Completed copy of provision FAR 52.212-3, Offeror Representation and Certifications?Commercial Items. The provision may be copied from website http://farsite.hill.af.mil/VFFARA.HTM. Quotes WILL NOT be considered without the completed provision. Part II consists of one (1) copy of the required instructor certifications and Part III consists of three (3) but no more than five (5) of the most relevant contracts performed within the last 3 years. Relevant contracts are those for aerobic instructors services of the same scope, complexity and magnitude of those required under this acquisition. The offeror shall furnish the following information for each contract referenced: Company/Division Name; Product/Service; Contracting Agency; Contract Number; Contract Dollar Value; Period of Performance; and Name, Address, Fax and Telephone Number of a Point of Contact. (ix) The FAR provision 52-212-2, Evaluation? Commercial Items, applies to this acquisition. Paragraph (a) is completed as follows: (1) Past performance and (2) Price. Past performance is significantly more important than price. Addendum to 52.212-2: Basis for Award. This is a competitive best value combined synopsis/solicitation in which competing offerors past performance history will be evaluated on a basis significantly more important than price considerations. The evaluation process shall proceed as follows: (A) Initially, offers shall be ranked according to price. An offer?s proposed prices will be determined by multiplying the quantities identified in the Pricing Schedule by the proposed unit price for each Contract Line Item to confirm the extended amount for each. (B) Next, the Government technical evaluation team shall evaluate, on a pass/fail basis, the technical submitted by the lowest priced offerors (usually, the lowest 3 quotes) against the following evaluation factor: Certifications by American College of Sports Medicine (ACSM), American Council on Exercise (ACE) or Aerobic and Fitness Association of America (AFAA). Certificates MUST be submitted with quote. (C) Using questionnaires, the contracting officer shall seek performance information on the lowest priced offerors (usually, the lowest 3 quotes) based on (1) the references provided by the offeror and (2) data independently obtained from other Government and commercial sources. The Government reserves the right to seek information on higher priced offerors if none of the lower priced offerors receive an exceptional past performance rating. The purpose of the past performance evaluation is to allow the Government to assess the offeror?s ability to perform the effort described in this RFQ, based on the offeror?s demonstrated present and past performance. The assessment process will result in an overall risk rating of exceptional, very good, satisfactory, neutral, marginal, or unsatisfactory. Offerors with no relevant past or present performance history shall receive the rating ?neutral? meaning the rating is treated neither favorably nor unfavorably. (D) In evaluating past performance, the Government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this RFQ. (E) If the lowest priced evaluated offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. (F) The Government reserves the right to award a contract to other than the lowest priced offer if that offeror is judged to have a performance risk rating of ?very good? or lower. In that event, the contracting officer shall make an integrated assessment best value award decision. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, applies to this acquisition. The clauses at subparagraph (b)(5), (b)(11), (b)(12), (b)(13), (b)(14), (b)(15), (b)(25), (c)(1) and (c)(2) of 52.212-5 are applicable. (xiii) The clause at FAR 52.232-18, Availability of Funds, and Defense Federal Acquisition Regulation (DFAR) 252.204-7004, Required Central Contractor Registration apply to this acquisition. (xiv) All responsible sources may submit a quotation, which shall be considered by the Agency. (xv) Contract award cannot be made to any contractor who is not enrolled in the Department of Defense (DoD) Central Contractor Registration (CCR) program. The CCR website is http://www.ccr2000.com. (xvi) The Small Business Specialist at Scott AFB, IL is Mr. Garth Sanginiti. He can be reached at (618) 256-9322. A link to USAF Small Business is http://www.selltoairforce.org and a link to SBA is http://www.sba.gov. (xvii) Past Performance references are due to this office NLT 1:00 p.m. CST on Friday, 13 Sep 2002. RFQs are due to this office NLT 4:30 p.m. CST on Wednesday, 18 Sep 2002. Past Performance and RFQs may be faxed to the attention of Marcia Wuebbels at 618-256-5237 or emailed to Marcia.Wuebbels@scott.af.mil. Late quotations WILL NOT be accepted. (xviii) If you have questions on the request for quotation, please contact Marcia Wuebbels at (618) 256-9279 or YJ Still at (618) 256-9268.
 
Place of Performance
Address: SCOTT AFB, IL
Zip Code: 62225
Country: U.S.
 
Record
SN00159986-W 20020908/020906213701 (fbodaily.com)
 
Source
FedBizOpps.gov 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.