SOLICITATION NOTICE
R -- OPERATION OF WELLNESS/FITNESS PROGRAM AT THE NIOSH FACILITY, PITTSBURGH, PA
- Notice Date
- 8/3/2006
- Notice Type
- Solicitation Notice
- NAICS
- 713940
— Fitness and Recreational Sports Centers
- Contracting Office
- Department of Health and Human Services, Center for Disease Control and Prevention, Acquisition and Assistance Field Branch (Morgantown), 1095 Willowdale Road, Morgantown, WV, 26505
- ZIP Code
- 26505
- Solicitation Number
- 2006-Q-08951
- Response Due
- 8/24/2006
- Archive Date
- 9/8/2006
- Small Business Set-Aside
- Total Small Business
- Description
- 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; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is being issued as a small business set-aside under Request for Quotation No. 2006-Q-08951. The NAICS is 713940 with a size standard of $6 million. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. The CDC, National Institutes for Occupational Safety and Health (NIOSH) facility in Pittsburgh, PA has a requirement for a contractor to operate their wellness/fitness program. All work shall be performed in accordance with the Statement of Work. CLIN 0001, 12 Months, Operation of the Wellness/Fitness Program at the NIOSH facility, 626 Cochran's Mill Road, Pittsburgh, PA. STATEMENT OF WORK FOR THE WELLNESS AND FITNESS CENTER OBJECTIVES The primary functions of a Wellness and Fitness Program are to improve the overall wellness of government employees through increased cardiovascular conditioning, muscular strength, endurance and flexibility, positive lifestyle changes, and to provide the opportunity, motivation and tools for self-improvement. SCOPE The contractor shall provide for the operation of the Wellness and Fitness Center and the programs to be conducted at the Center. The Center is located on the Bruceton Research Center, Bruceton (Pittsburgh) PA. Although the Center is open to personnel 7 days a week, the Center will only be staffed Monday through Friday, approximately 4 hours per day, 4 days per week. A project officer will have oversight of all aspects of this contract. TASKS The Contractor shall perform the following: Participate with the project officer to design and implement fitness and health programs to support positive lifestyle changes. When requested, the contractor will develop and implement one or two wellness/fitness programs that fit the needs of the Center (i.e. Body for Life, etc.). Continually assess the suitability of fitness equipment for changing program goals and employee usage. Evaluate new equipment and make recommendations for replacement of older equipment. If supplies and materials need to be purchased, the government will provide the funds. Project officer must approve all purchases. Conduct group aerobic, exercise or other classes as determined by employee interest and program objectives. Assure regular preventative maintenance and cleaning of exercise equipment, such as lubrication, adjustment, and other required measures in accordance with the manufacturer?s recommendations. Provide instructor(s) to guide and control equipment and facility utilization during specified available hours of operation to assure correct and safe usage. Promote facility utilization through various media. Suggested sources are LAN messages, bulletin boards, presentations, posters and articles in various site newsletters. Obtain pre-exercise and new program screening measures and data on participants at the request of the employee. Balance the scheduling of programs with interested parties. ITEMS FURNISHED BY GOVERNMENT The Wellness and Fitness Center is comprised of three rooms: a ? basketball court, a spinning room, and an aerobic and a weight/exercise room. Men and women?s lockers, saunas, and showers are available. The Government shall: Furnish office space and storage for the Contractor?s use. Furnish the funding for all exercise equipment, books, video and audio tapes, and a computer for the Center. Be responsible for obtaining the manufacturer?s recommendations pertaining to the use and maintenance of equipment. This information shall be maintained by the Contractor. Furnish janitorial services, maintenance, and utilities to clean and service the area excluding equipment. Government furnished material is accountable. The Contractor shall return all material and records received or collected during the contract period. Furnish all expendable office supplies. The following is a list of some of the equipment already on-site at the Center: 5 treadmills; 4 exercise bikes; 2 steppers; 2 body arc?s; 1 elliptical machine, circuit machines; adjustable steps for aerobics; dumbbell sets and racks; weighted exercise bars; exercise mats; and other miscellaneous equipment. MINIMUM QUALIFICATIONS Contractor on site shall have: CPR/AED certification for all contract employees. Minimum of five years experience with adult population exercise groups. Experience must include development and operation of aerobic and cardiovascular conditioning fitness programs. The programs should include aerobic exercising, equipment exercising, individual group structured exercise programs, and rehabilitative exercise programs. Experience working with all Cybex exercise machines. Certification by the Aerobics and Fitness Association of America (AFAA), Mad Dogg Athletics, National Council of Sports Medicine, and AFAA Pilates Power Certification. Must be member of National Board of Fitness Examiners. Minimum of $1,000,000 liability insurance. COMPENSATION AND PAYMENT Full compensation and payment will be made for all services and/or materials furnished under this contract. The rates specified in 6.1 are fully burdened and include all elements of profit, overhead, wages, fringe benefits, materials, supplies, insurance, licenses, permits, costs, and taxes of whatever kind applicable to the services and shall constitute full and complete payment for all work specified. Payment will be made for service accomplished during the previous month, within 15 days of receipt of the contractor?s properly executed invoice. The Period of Performance is from September 25, 2006 through September 24, 2007. The Simplified Acquisition procedures of FAR Part 12 & 13 apply. The relative importance of cost is secondary to the technical proposal. The Government intends to award a commercial purchase order resulting from this solicitation to the responsible offer or whose quote conforming to this solicitation is considered most advantageous to the Government, price and other factors considered. Failure to provide sufficient information to demonstrate compliance with all requirements included herein may result in rejection of your offer. GENERAL INFORMATION: All prices shall be F.O.B. Destination. Offerors will be evaluated to determine technical compliance with the minimum requirements stated. For convenience, a copy of the solicitation package will also be uploaded to this FBO site under a pre-solicitation notice since an upload cannot be made to a combined synopsis. It will have the same name and be identified as solicitation number 2006-Q-08951BG1449. If you cannot use electronic access, but are interested in receiving a copy of the solicitation you may address your inquiries to Brenda Goodwin. Any inquiry should reference the solicitation name and number. A single award will be made from this solicitation. This is a simplified acquisition with an estimated value of less then $100,000. To be eligible for award, the successful offeror must be registered in the Central Contractor Registration (CCR) (www.ccr.gov). The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial Items ; 52.212-2, Evaluation -- Commercial Items ; 52.212-4, Contract Terms and Conditions -- Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. Additionally, the following FAR clauses cited in Clause 52.212-5 are also applicable to this acquisition as follows: FAR 52.222-3 Convict Labor (E.O. 11755), 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41.U.S.C. 253g and 10 U.S.C. 2402); 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); 52.222.26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers With Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act -- Balance of Payments Program - Supplies; 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232.33, and Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332). See http://www.arnet.gov for referenced clauses in full text and representations and certifications (FAR 52.212-3). Form 1449 is available at http://www.gsa.gov/forms. OFFERS ARE DUE by Thursday, August 24, 2006, 12:00 P.M.(noon) local prevailing time. The following information must be submitted with all quotations: (1) Original and one copy of a completed SF 1449, signed by an individual authorized to bind the organization; (2) Schedule of Supplies/Services (proposal) to include a monthly rate that is fully burdened and supported by a breakdown of all element of profit, overhead, wages, fringe enefits, materials, supplies, insurance, licenses, permits, costs and taxes of whatever kind applicable to the services and shall constitute full and complete payment for all work specified; (3) completed Representations and Certifications - Commercial Items, FAR 52.212-3 ; (4) acknowledgment of solicitation amendments, if any; and (5) technical discussion which clearly demonstrates compliance with the stated specifications (for evaluation purposes). Facsimile or electronic offers are authorized. If any exceptions or assumptions are taken by a contractor with regard to any aspect of this RFQ, they should be so stated in the quote. All quotes must include a specified expiration time for the quote (60 days desired). Offers that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Information referenced in this notice may be obtained from: Brenda Goodwin, at (304) 285-5882, fax (304) 285-6083 or e-mail BGoodwin@cdc.gov. Submit written quote to: Centers for Disease Control & Prevention/PGO/AAFB, Attn: Brenda Goodwin (MS1019), REF: Solicitation 2006-Q-08951, 1095 Willowdale Road, Morgantown, WV 26505. All responsible sources may submit a response, which shall be considered by the Agency. To be eligible for award, all offerors shall be registered in the Central Contractor Registry (CCR) at the time of proposal submission. Vendors may register @ www.ccr.gov. Award will occur on or before August 31, 2006.
- Place of Performance
- Address: NIOSH, 626 Cochran's Mill Road, Pittsburgh PA
- Zip Code: 15236-0000
- Country: UNITED STATES
- Zip Code: 15236-0000
- Record
- SN01105163-W 20060805/060803220431 (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 |