SOLICITATION NOTICE
U -- Group Fitness Instructor Services
- Notice Date
- 9/5/2007
- Notice Type
- Solicitation Notice
- NAICS
- 713940
— Fitness and Recreational Sports Centers
- Contracting Office
- Department of the Air Force, Air Force Space Command, 61 CONS, 483 N. Aviation Blvd, El Segundo, CA, 90245-2808, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA2816-07-T-0017
- Response Due
- 9/19/2007
- Archive Date
- 9/19/2007
- Small Business Set-Aside
- Total Small Business
- Description
- 1. Type of Action: L 2. Classification Code: U ? Education & training services 3. Title: Group Fitness Instructor Services 4. Response Date: 19 September 2007, 1:00 pm (Pacific Standard) 5. Primary POC: David Diniz, david.diniz@losangeles.af.mil 310-653-5389 6. Secondary POC: Audrey Campbell, audrey.campbell@losangeles.af.mil 310-653-5382 7. Reference Number: 8. Solicitation Number/Contract Award #: FA2816-07-T-0017 9. Award Amount: N/A 10. Contractor: N/A 11. Awarded CLIN #: N/A 12. Description: This is a combined synopsis/solicitation for commercial services 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. Quotes are being requested and a written solicitation will not be issued. All responses to this Solicitation/Request for Quotation (RFQ) must make reference to Solicitation Number FA2816-07-T-0017. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-117, 15 May 2007. The North American Industry Classification System (NAICS) code is 713940 with a size standard of $6,500,000.00. This solicitation is 100 percent set-aside for small business concerns. In accordance with FAR Part 12, the Contractor shall provide pricing for each contract line item number (CLIN) as follows: CLIN 0001, Base Period, 12 months of Group Fitness Instructor in accordance with the Performance Work Statement (PWS), CLIN 0002, Option 1, 12 months of Group Fitness Instructor in accordance with the Performance Work Statement (PWS), The Wage Determination No. 2005-2047, (Rev 4) 24 July 2007, is also applicable and can be found at (http://www.wdol.gov) and will be attached to this site; the PWS will be an attachment to this site. In addition, copies of the PWS and the Wage Determination can be obtained from the contract administrator. This acquisition will be firm fixed price. The period of performance will be for one year from the contract start date with one option year. Option year will be awarded based on availability of funds. Places of Performance: Los Angeles Air Force Base, 483 N. Aviation Blvd., El Segundo, Ca 90245-2808 and Fort MacArthur, 3601 South Gaffey Street, San Pedro, Ca 90731-9990 . Acceptance: By Government FOB: Destination The provision at the Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors Commercial Items (Sep 2006) applies to this acquisition. FAR 52.212-2, Evaluation Commercial Items (Jan 1999) (a) 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 consider the following factors shall be used to evaluate offers: 1. Contractor?s workers must have certification from a nationally recognized certifying organization. 2. Proof of certification must be submitted. 3. References of past must be submitted. Past Performance will be evaluated based on relevance to the work described in the PWS and recency; work performed within the last three years. If the technical requirements are not met the offer will be rejected without consideration of past performance or price. If the technical requirements are met then price and past performance will be weighted equally. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option price is significantly unbalanced. Evaluation of option shall not obligate the Government to exercise the option. (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause) (The government may award a contract on the basis of initial offers received without discussions. Therefore, each initial offer should contain the best terms, provide the government the best possible service end product, and furnish sufficient past performance references. All responsible sources may submit an offer, which will be considered.) All Offerors are required to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification ? Commercial Items (Nov 2006), with its offer and register at the On-Line Representations and Certifications Application (ORCA) located at (http://orca.bpn.gov). The clause at FAR 52.212-4, Contract Terms and Conditions ? Commercial Items (Feb 2007), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Mar 2007), applies to this acquisition. The following clauses FAR 52.222-3, Convict Labor (June 2003); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003); FAR 52.233-3, Protest after Award (Aug 1996); FAR 52.233-4 Applicable Law for Breech of Contract Claim Oct 2004); FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998): This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: (http://farsite.hill.af.mil/vffara.htm) Defense FAR Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests (Mar 2007); The following clauses at FAR 52.503-2 Restrictions on Subcontractor Sales to the Government (SEP 2006) Alternate I (Oct 1995); FAR 52.204-7 Central Contractor Registration (Jul 2006); FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006); DFARS 252.212-7001Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.212-7000 Offeror Representations and Cortication ? Commercial Items DFARS 252.222-7006 Combating Trafficking in Persons DFARS 252.225-7000 Buy American Act- Balance of Payments Program Certificate DFARS 252.204-7003 Control of Government Personnel Work (Apr 1992); DFARS 252.223-7004 Drug-Free Work Force (Sep 1988); AFFARS 5352.204-9000 Notification of Government Security Activity and Visitor Group Security Agreements, (Apr 2003); AFFARS 5352.215-9000 Facility Clearance (May 1996); AFFARS 5352.242-9000, Contractor Access to Air Force Installations (Jun 2002); AFFARS 5352.242-9001 Common Access Cards for Contractor Personnel (Aug 2004) are also applicable. To be eligible, vendors shall be registered with the Central Contractor Registration (CCR), with NO EXCEPTIONS. In order to register through the internet, the website is: http://www.ccr.gov. A Dun and Bradstreet (DUNS) number is required to register. The DUNS number will be acquired from the website: http://www.dnb.com/. The quotes will be submitted in writing and signed by an individual with the authority to bind their respective company. The Contractor shall complete all the above forms/attachments as directed and return to 61 CONS/LGCA. The completed RFQ with the required attachments shall be submitted by 1:00 pm, Pacific Standard Time, 19 September 2007. They will be accepted by mail at: 61 CONS/LGCA, ATTN: David Diniz, 483 N Aviation Blvd, El Segundo, CA, 90245-2808 but must be received by the time requested above. RFQs will also be accepted by FAX to: 310 653-5376. Email will also be acceptable at mailto:david.diniz@losangeles.af.mil and audrey.campbell@losangeles.af.mil. Oral communication is not acceptable in response to this Synopsis/Solicitation. Questions may be directed to David Diniz, (310) 653-5389. PERFORMANCE WORK STATEMENT FOR GROUP FITNESS INSTRUCTOR SERVICES LOS ANGELES AIR FORCE BASE EL SEGUNDO, CALIFORNIA 17 AUGUST 2007 Coordinate: _________________________________________ ________________ Paul G. Freund, GG-13 Date Functional Director _________________________________________ ________________ Andre Williams, GG-12 Quality Assurance Program Coordinator Date _________________________________________ ________________ Troy Kenning, 1st Lt, USAF Contracting Officer Date TABLE OF CONTENTS 1. DESCRIPTION OF SERVICES....................................................................................... 3 2. SERVICE DELIVERY SUMMARY................................................................................ 5 3. GENERAL INFORMATION............................................................................................6 4. GOVERNMENT FURNISHED PROPERTY AND SERVICES..................................... 7 5. APPENDICES................................................................................................................... 8 APPENDIX A - EL SEGUNDO FITNESS CENTER LAYOUT........................................ 9 APPENDIX B - FT. MACARTHUR FITNESS CENTER LAYOUT.??..????..? 10 1. DESCRIPTION OF SERVICES 1.1. Scope of Work. The contractor shall provide all personnel, labor, music selections, fitness routines and transportation to conduct a group fitness program at the Los Angeles Air Force Base (LAAFB) Fitness Center, El Segundo, CA, and Fort MacArthur Fitness Center, San Pedro, CA for the period beginning at contract award through expiration date shown on contract. 1.2. Group Fitness Instruction. The contractor shall provide safe and effective instruction in various aerobic activities consistent with industry practices. Instruction shall include, but is not limited to STEP, step-n-sculpt, interval (cardio + strength), aerobic dance to include high/low impact, cardio kickboxing, strength training, Tae Bo, Tai Chi, Power Pump, Boot Camp, Resist-A-Ball, indoor cycling, yoga and Pilates. 1.3. The Contractor shall provide Advanced Instruction for services mentioned in paragraph 1.2., to include Water Aerobics. Instructor must be a certified Water Safety Instructor (WSI). 1.4. Certification: Instructors shall be certified by a nationally recognized certifying organization as competent to provide instruction in the specific aerobics, Pilates, and Yoga disciplines. Additionally, all instructors shall be certified in Adult CPR and shall maintain such certification for the duration of performance on this contract. Certifications shall be provided at contract start for all instructors and at such intervals as required in the industry. 1.5. Group Fitness Special Event. The contractor shall provide instructors for one to three (1-3) group fitness events. One will be held in the months of May and June in conjunction with Sports Day every year and the others will be determined. The Contractor will be notified at least one month before each special event. A group fitness event is a four-hour event where various instructors alternate teaching aerobic dance, spinning, cardio kickboxing, and yoga. Instructors shall be certified in the areas of instruction they are providing and shall ensure a safe and effective environment for class participants. 1.6. Safety. Instructor shall educate class members on safety precautions and effective exercise principles, such as, but not limited to, properly taking heart rate and proper techniques for the exercise being instructed to prevent injury. 1.7. Class Schedules. The contractor shall conduct 24 one-hour classes per week, not to exceed 1248 hours per year to include one to three group fitness special events. Classes will be conducted Monday through Saturday at the LAAFB Fitness Center and Monday through Friday at the Fort MacArthur Fitness Center according to the Group Fitness Instruction Schedule (Table 1). Table 1 Group Fitness Instruction Time Schedule (24 hour clock time) Group Fitness Instruction Time Schedule (24 hour clock time) Mon and Wed Tue and Thurs Fri Sat LAAFB, El Segundo 0730, 1130, 1700 0700, 1130, 1700 0730, 1130 1000 Fort MacArthur, San Pedro 1130, 1800 0830, 1700 1130 1.7.1. Class Times. At the start of the contract, class times shall be held at the times and days shown in Table 1 above. However, class times and days are subject to change to meet customer demand. The Functional Director (FD) through the Contracting Officer will direct changes in class schedules by letter with a minimum notice of two weeks. This method will also be used to change the mix of classes provided. No change to this PWS will be required to change class schedules or mix of classes. 1.7.2. Class Start Times. Instructors shall ensure that classes begin at the published time. All necessary equipment and supplies shall be in place at the start of the class to ensure classes begin on time. The contractor shall ensure no more than 10% of all classes conducted during the month fail to begin at the published time or are cancelled through fault of the instructor. Fitness Center staff will monitor class start times and document any late starts and the apparent cause. The Government will report late starts to the contractor?s representative for resolution. Failure to maintain the standard may result in contractual monetary deductions for services not received. 1.7.3. Instructors shall ensure class participants sign Government-provided attendance rosters to document attendance statistics. Instructors shall obtain attendance sheets from the front desk at the Fitness Center and return the completed sheets at the end of the class(es). Instructors shall also provide class participants with Government-provided Customer Satisfaction Survey Cards. Instructor?s performance quality will be measured based on input from the Customer Satisfaction Survey cards. In addition, Customer Satisfaction Survey information will be used to make changes in class times and class activity mix. 1.7.4. The Government may change or cancel classes with a minimum of two (2) weeks written notice to the Contractor from the Contracting Officer (CO). In emergencies, Quality Assurance Personnel (QAP) through the CO may cancel one or more classes by notifying the Contractor Representative (CR) telephonically within two (2) hours or more of class start time. The Contracting Officer will confirm any emergency requests in writing. 1.8. Care of Equipment. 1.8.1. At the conclusion of each class, instructors shall ensure all equipment is cleaned to remove dirt, body oils and perspiration and returned to the appropriate storage location. Instructors may require class participants to clean the equipment and return it to storage. Equipment wipes will be provided by the Government and available in each group fitness room. If supplies are not available the instructor shall report the shortage to the front desk. 1.8.2. Spinning Cycles. Instructors shall ensure all spinning cycles are properly cleaned to remove dirt, body oils and perspiration and dried sufficiently to prevent rusting of metal surfaces. Instructors may require class participants to clean the spinning cycles after use. 1.8.3. Instructors shall maintain a clean, safe environment for exercise. Instructors shall promptly notify Fitness Center representatives at the front desk of any unclean or unsafe condition encountered in performance of the work. Instructors shall promptly notify Fitness Center representatives at the front desk of any broken, improperly functioning or hazardous equipment and shall restrict class participants from use of such equipment. 2. SERVICE DELIVERY SUMMARY SDS Performance Objective PWS Paragraph Performance Threshold 1 Perform classes at published times. 1.7.2 Classes begin on-time 90% of the time. Measured monthly based on total classes held on time divided by total classes scheduled. (Note: Classes cancelled through fault of the contractor will be included in the Total Classes Scheduled; classes cancelled by the Government will not be included.) 2 Individual instructors maintain a satisfactory or better performance rating. 1.7.3 Maintains a ?Normal? rating or better on 80% of Customer Satisfaction Survey Cards. Measured monthly for each instructor based on customer survey cards submitted during the month. 3. GENERAL INFORMATION 3.1. Contract Manager. The Contractor shall provide supervision and quality control over services performed. The Contractor shall provide the Contracting Officer, in writing at the start of contract performance, the name and phone number of a primary and alternate representative of the contractor. The Contractor?s Representative (CR) shall have authority to act for the Contractor to resolve problems in contract performance. Any changes in CRs shall be provided to the Contracting Officer in writing within three (3) calendar days of such change. The CR shall be able to read, write and speak English and shall respond telephonically or in person, within 15-minutes before start of first class, excluding holidays. 3.2. Contractor Employees. The Government reserves the right to restrict the employment, under this contract, of any contractor employee, or prospective contractor employee who is identified as a potential threat to health, safety, security, general well being, or the operational mission of the installation and its population. 3.3. Employment of Government Personnel. The Contractor shall not employ any person who is an employee for the United States Government if the employment of that person would create a conflict of interest, or the appearance of a conflict of interest, nor shall the Contractor employ any person who is an employee of the Department of the Air Force, either military or civilian, unless such person seeks and receives proper approval. The contractor is cautioned that off-duty active military personnel hired under this contract may be subject to permanent change of station (PCS), change in duty hours, or deployment. Military reservists and National Guard members may be subject to recall to active duty. Their absence at any time shall not constitute an excuse for nonperformance under this contract. The contractor is prohibited from employing off-duty QAP?s who are managing any contracts or subcontracts awarded to the contractor. 3.4. Dress and Appearance. Contractor personnel shall present a clean, neat and professional appearance and be easily recognized as contractor personnel. This may be accomplished by wearing distinctive clothing showing the name of the company and the individual or by wearing appropriate badges that contain the company name and employee name and do not interfere with or create a hazard in contract performance. 4. GOVERNMENT FURNISHED PROPERTY AND SERVICES 4.1. The government will furnish classrooms, cleaning wipes, attendance lists, customer satisfaction survey cards, steps, dumbbells, bikes, stereo systems, and microphone headsets Instructors will still be required to teach if a microphone headset is temporally not operational. 4.2. Group Fitness Room (Los Angeles AFB Fitness Center). The Government will provide rooms for classes. While class is ?in session? the group fitness room will not utilized by other patrons for stretching and quiet activities during contracted scheduled classes. This causes distraction to both the instructor and the students. If the patrons enter the room during a scheduled class, the instructor shall politely ask the individual(s) to leave, or request a Fitness Center employee to take care of the problem. 4.3. Injuries or Other Health Emergencies. The Instructor shall immediately notify the Fitness Center staff of any injuries or accidents pertaining to the class. Fitness Center staff will request medical assistance. If Fitness Center staff is not available, the instructor shall immediately call 911 in El Segundo or 911 at Fort MacArthur from base phones located in either Fitness Center behind the front desk. If using an off base phone (or cell phone) the number to the El Segundo facility is: 310-653-6771 and to the Fort Mac facility: 310-653-8361, respectively. 4.4. Hours of Operation. 4.4.1. Normal hours of operation are as follows: Los Angeles Air Force Base Fitness Center, El Segundo Monday through Friday (0500-2100) Saturday (0900-1700) Sunday (0900-1700) Fort MacArthur Fitness Center, San Pedro Monday through Friday (0500-0800), (0900-1500), (1600-2100) Saturday (0900-1700) Sunday (0900-1700) 4.5. Federal Holidays. If the federal holiday falls on a Saturday or Sunday, it may be observed on Friday or Monday as directed. Federal holidays include: (Class schedule on Federal holidays will be considered a Saturday schedule 10:00 AM) ? New Year's Day ? Martin Luther King Day ? Presidents Day ? Memorial Day ? Independence Day ? Labor Day ? Columbus Day ? Veterans Day ? Thanksgiving ? Christmas 4.6. Base Exercises. The QAP will notify the contractor in writing within three (3) workdays of start of a base exercise or other event that could cause unusual traffic congestion hampering instructors? ability to enter or exit the base. Exercise dates will be announced so instructors can plan ahead to ensure classes begin at the published times. Inability to conveniently enter the base or to locate a nearby parking space will not be an acceptable excuse for starting classes after the published time. 4.7. Down Days. Classes will not be held on down days. The Government will notify the contractor in writing three (3) calendar days in advance of any scheduled down days. 4.8. Parking in El Segundo. The El Segundo facilities are undergoing redevelopment, which is expected to continue throughout contract performance. Generally, two gates are available for entry, however, conditions change with short notice. The QAP will apprise the contractor of gate availability prior to contract start and as changes occur. Instructors should park in locations as directed by the gate guards. Some parking is distant from the Fitness Center. Instructors shall consider gate closures and parking challenges in arriving to teach class. Inability to conveniently enter the base or to locate a nearby parking space will not be an acceptable excuse for starting classes after the published time. 5. APPENDICES. A. El Segundo Fitness Center Layout B. Ft. MacArthur Fitness Center Layout APPENDIX A - EL SEGUNDO FITNESS CENTER LAYOUT APPENDIX B - FT MACARTHUR FITNESS CENTER LAYOUT
- Place of Performance
- Address: 483 N. Aviation Blvd., El Segundo, CA 90245-2808
- Zip Code: 90245-2808
- Country: UNITED STATES
- Zip Code: 90245-2808
- Record
- SN01395471-W 20070907/070905221304 (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 |