Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2010 FBO #2997
SOLICITATION NOTICE

99 -- Providing FY2010 individual health club memberships for the U.S. Amry Corps of Engineers, St Paul District staff.

Notice Date
2/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
713940 — Fitness and Recreational Sports Centers
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, St. Paul, Attn: CEMVP-CT, 190 Fifth Street East, St. Paul, Minnesota, 55101-1638, United States
 
ZIP Code
55101-1638
 
Solicitation Number
W81G67-9352-2496
 
Archive Date
2/27/2010
 
Point of Contact
Deborah A Lawrence, Phone: 651-290-5410, Patrick Mally, Phone: 6512905723
 
E-Mail Address
deborah.a.lawrence@mvp02.usace.army.mil, patrick.j.mally@usace.army.mil
(deborah.a.lawrence@mvp02.usace.army.mil, patrick.j.mally@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, St. Paul District is soliciting for quotes for a one-year, individual health club membership and intends to award a Firm Fixed Price Purchase Order. This requirement consists of providing fiscal year 2010 health club membership for the U.S. Army Corps of Engineers, St. Paul District staff. The location of the health club facility must be within a 5 minute walk from the St. Paul District office in downtown St. Paul, with no additional transportation needed so that the employees can access the location during their lunch hour. The membership will cover the period of performance 15 Feb 2010 through 14 Feb 2011. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is W81G67-9352-2496 is issued as a Request for Quote (RFQ). The anticipated contract start date is 15 Feb 2011. Evaluation factors for award shall be as follows: Price and Location and will be evaluated in accordance with FAR 13.106-2(a)(4)(ii). This solicitation will be issued in accordance with FAR Part 12 and evaluated in accordance with FAR Part 13. The North American Industrial Classification Codes (NAICS) is 713940 and the business size standard is $7.0 million. The provisions and clauses incorporated into this solicitation are those in effect at the time of publication. This synopsis/solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. The provisions at 52.212-1, Instructions of Offerors Commercial Items, apply to this solicitation. The provision 52.212-3, Offeror Representations and Certifications-Commercial Items. The contractor shall return a completed copy of these provisions with its proposal. A copy of the provisions may be obtained from http://www.arnet.gov/far. Full text clauses may be viewed at www.farsite.hill.af.mil. The following FAR Clauses and Provisions are applicable to this solicitation: 52.202-1, 52.203-3, 52.203-5, 52.203-6, 52.203-13, 52.209-6, 52.212-2, 52.212-4, 52.212-5, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-37, 52.225-13, 52.232-1, 52.232-33, 52.232-36, 52.233-3, 52.233-4, 52.239-1, 52.244-6, 52.252-2, 52.252-5, 52.252-6, 52.253-1. The following DFAR clauses are applicable to this solicitation: 252.203-7000, 252.204-7003, 252.204-7004, 252.204-7006, 252.212-7001, 252.225-7001, 252.232-7003, 252.215-7000, 252.223-7004, 252.232-7010, and 252.243-7001. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-20. This solicitation is issued as a request for quote. Offerors must be registered in the Central Contractor Registry located at www.ccr.gov prior to contract award. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. A determination by government to not award based on the responses to this solicitation is solely within the discretion of the government. Electronic responses are the preferred method. Quotes are due no later than 11:00 a.m. Central Standard Time on Friday, February 12, 2010. Quotes may be submitted to Deborah Lawrence at deborah.a.lawrence@usace.army.mil, faxed to the Attention of: Deborah Lawrence at (651) 290-5706, or mailed to U.S. Army Corps of Engineers, St. Paul District, Attn: Deborah Lawrence, Contracting Division, 190 5th Street East, Suite 401, St. Paul, MN 55101-1638.. Potential quoters must review and comply with the directions applicable to this requirement in order to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W81G67-9352-2496/listing.html)
 
Place of Performance
Address: U.S. Army Corps of Engineers, St. Paul District, 190 5th Street East, Suite 401, St. Paul, Minnesota, 55101-1638, United States
Zip Code: 55101-1638
 
Record
SN02059205-W 20100207/100205235124-7127618b26035a9814b88aa498978c29 (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.