Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2011 FBO #3393
SOLICITATION NOTICE

M -- TSA Fitness Center Management Services

Notice Date
3/8/2011
 
Notice Type
Presolicitation
 
NAICS
713940 — Fitness and Recreational Sports Centers
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
HSTS01-11-Q-BMS018
 
Point of Contact
Kirsten M O'Brien, Phone: 571-227-5633, Isabel Roman-Cogswell, Phone: 571-227-2461
 
E-Mail Address
kirsten.o'brien@dhs.gov, Isabel.Cogswell@dhs.gov
(kirsten.o'brien@dhs.gov, Isabel.Cogswell@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Transportation Security Administration (TSA) has a requirement to provide Fitness Center Management services at the TSA Headquarters Building in Arlington, VA. This requirement will also include on-site equipment preventive maintenance and repair services as well as a minimum of twelve (12) group exercise classes weekly. The TSA intends to award a firm fixed price contract with one (1) base year and four (4) one year option periods as well as a possible extension of performance not to exceed six months on a competitive basis to one responsive and responsible Offeror. The Offerors shall be considered responsible as defined within the meaning of FAR 9.104-1. The following is an overview of the requirement: 1. Introduction 1.1. Organization 1.1.1. Transportation Security Administration Office of Real Estate Services - TSA-17 701 South 12th Street Arlington, VA 20598-6025 1.1.2. Agency Mission The Transportation Security Administration (TSA) protects the Nation's transportation systems to ensure freedom of movement for people and commerce. 2. Project Background and Objectives The Transportation Security Administration (TSA) requires management of an on-site fitness center open to both TSA employees and contract personnel. In addition, TSA requires support in obtaining the appropriate equipment, user fees and other related management issues. The contractor will be responsible for: • Personnel Management • Operations Management • Programming: Fitness and Motivational Membership Programming • Planning and Reporting • Membership Recruitment • Membership Management and Recordkeeping 2.1. On Going Activities 2.1.1. General The Contractor will be required to: • Provide proper supervision of the exercise floor. • Oversee the cleaning and maintenance of the facility (provided by the Agency) and report any cleaning/maintenance deficiency to the COTR. • Secure and maintain a preventative maintenance contract for Fitness Center equipment. • Provide an AED for use by Fitness Center staff. • Provide two scales for use in each locker room. 2.1.2. Membership The Contractor will be required to: • Actively promote the Fitness Center throughout TSA. • Oversee the implementation of membership recruitment drives. • Assure the upkeep of the records and ensure all member records are kept in a secure location. These records are kept per a TSA provided System of Record. • Monitor all memberships, renewals, and cancellations. • Reconciliation of fee collection reports to active member listing. • Track and report all financial activities and assist with operating budget. • Ensure accurate participation records. 2.1.3. Programs The Contractor will be required to: • Plan, market, implement and evaluate fitness/wellness programs. • Conduct a minimum of 12 group exercise classes weekly comprised of the following: at least one high impact cardio; at least one low impact cardio, at least 3 Spin classes and at least 2 no impact (i.e., yoga, Pilates). Eight of these classes are to be taught by outside instructors. These classes are to proceed as scheduled so long as at least one member is in attendance. • Oversee and coordinate group exercise and individual personal training programs. • Sponsor a Weight Watchers or equivalent program for TSA headquarters personnel to include contractors. 2.2. Reporting The Contractor will be required to: • Provide monthly reports in established format to the COTR. • Report accidents or injuries in the fitness center. • Document all accidents or injuries to the COTR. 2.3. Maintenance and Repair of Equipment 2.3.1. The contractor shall provide on-site preventive maintenance and repair services at the TSA Fitness Center Located at 701 South 12th Street, Arlington VA. 2.3.2. Contractor shall inspect gym equipment(s) on a monthly basis and perform preventative maintenance sessions, as required. In addition, the contractor has up to forty-eight (48) hours to respond to emergency situations. Contractor will accomplish all preventative maintenance on all cardiovascular and weight training equipment on the day of the scheduled session. The contractor exercises control over his/her work schedule on the day of the scheduled preventative maintenance. All repairs will be done on site, at the TSA Fitness Center during the hours of operations Monday thru Friday 5:00AM - 7:00PM. 2.3.3. The Transportation Security Administration (TSA) will reimburse the Contractor's expenses for replacement parts and equipment maintenance and repair by outside vendors, subject to the conditions of this Statement of Work. 2.3.4. Contractor shall provide copies of outside vendor's invoices upon submission of contractor's invoice for reimbursement. 2.3.5. Contractor will arrange for routine and necessary maintenance and repair of all equipment to ensure that it is operating consistent with manufacturer's specifications and in a safe working condition. Contractor shall immediately remove from operation and post notice on equipment that has been deemed unsafe due to malfunction until the subject equipment is either repaired or replaced. 2.3.6. Contractor shall obtain advance approval from the COTR for maintenance and repair expenses that exceed $200. The request shall include information pertaining to the condition, age and use of the equipment, so the COTR can determine if it is in TSA best interest to repair or replace the equipment. 2.3.7. Contractor shall perform daily inspections of the fitness center space, offices, and locker rooms for cleanliness, conditions of finishes and janitorial services. Contractor shall report any discrepancies to the COTR and appropriate personnel for remedial action. 2.3.8. Contractor shall maintain records of each machine to include all maintenance and repairs required. All entries should be dated and man-hours required recorded. This information will provide a history for each machine to be used in considerations for budgeting, reordering and replacement of machinery. Records will remain the property of, and are subject to exclusive control of the U.S. Government. 2.3.9. Contractor shall comply with all manufacturer(s) equipment maintenance guidelines and specifications to include but not limited to, wiping down of all equipment, lubrication of all bars and chains, sweeping and mopping under all machines, cleaning wax nozzles, inspecting all machines, and tightening all nuts and bolts. In no event shall the contractor make any repairs or maintain equipment in such a way as to violate any expressed or implied warranties. 2.3.10. Contractor shall utilize outside vendors who are certified and authorized to perform maintenance and repair of Nautilias, Startrac, Precor, Scwinn, Woodway equipment and or machines in order not to violate and expressed or implied warranties. 3. Support Personnel TSA requires the on-site Contractor to manage the fitness center from 5 AM to 7 PM (14 hours per day), Monday through Friday except for Government holidays. If the scheduled Contractor is unable to attend to his/her shift due to illness, vacation, leave of absence or turnover, replacement staff shall be provided. Support Staff must have certification from recognized industry organization (e.g., ACSM, ACE, AFAA) - All certifications are at the contractor or individual instructor's expense. Utilizing interns through an intern program are welcome; however, interns should be supervised. 4. Key Personnel The primary fitness center manager is a key personnel position and the proposed individual must have the following qualifications: • CPR/First Aid certification/AED • Minimum of a bachelor's degree in a health/fitness-related field • Certification from recognized industry organization (e.g., ACSM, ACE, AFAA) - All certifications are at the contractor or individual instructor's expense. The Contractor shall provide a copy of each instructor's certification(s) to the maintained on file in the fitness center. All certifications must be on file prior to instructing any classes. 5. Deliverables No. Item Reference Draft Due Date* Final Due Date* Recipient 1 Equipment Recommendations and Justification 2.1 Ongoing Quarterly 5 days after TSA comments on draft COTR 2 Fee Collection and Management Issue 2.1 15 days Monthly 5 days after TSA comments on draft COTR 3 Membership Drive Plan 2.1 Updated Quarterly 5 days after TSA comments on draft COTR 4 Accident/Injury Report 2.2 n/a NLT 1 business day after incident COTR 5 Monthly Report 2.2 n/a 5th business day of month COTR * Days are business days unless otherwise specified. 6. Government Furnished Space/Equipment The Government will provide workspace for contract employees within the Fitness Center at TSA Headquarters. The Government will provide standard office supplies such as paper, pens, notebooks, etc. required to operate efficiently. 7. Travel Travel is not required outside the Washington, D.C., commuting area, and local travel shall not be reimbursed. Parking is not provided. 8. Security Requirements To ensure the security and integrity of TSA facilities, its personnel and mission, it will be necessary to conduct a background investigation (BI) of each contractor employee directly engaged in the performance of this contract. The level of BI will be determined in accordance with TSA policy. These investigations may be waived in the event the contractor can provide evidence that the personnel directly engaged in the fulfillment of this contract possess a current BI and meet the pertinent security requirements for contract employment with TSA. Every contract employee will undergo a pre-appointment BI before entering on duty. Contract employees may begin work only after the completion and favorable adjudication of the required BI. End of overview This is a notice for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The Request for Quotation number is HSTS01-11-Q-BMS018. The solicitation and subsequent contract award incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-37. Pursuant to FAR 19.501, this acquisition is a Small Business set-aside (http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/19.htm#P366_84462). The purpose of small business set-asides is to award certain acquisitions exclusively to small business concerns. A "set-aside for small business" is the reserving of an acquisition exclusively for participation by small business concerns. A small business set-aside may be open to all small business. A small business set-aside of a single acquisition or a class of acquisitions may be total or partial. The North American Industry Classification System (NAICS) code for this acquisition is 713940 and the small business size standard for this NAICS code is $5.0 million dollars in annual receipts. All responsible sources considered a Small Business under this NAICS code are eligible to respond to this solicitation. It is anticipated that the RFP will be issued on or after March 16, 2011 via modification and uploaded to this Pre-Solicitation Notice. The anticipated award date is on or before April 30, 2011. Potential Offerors are hereby notified that future information about this acquisition, including the solicitation and subsequent amendments will only be available on the Federal Business Opportunities website www.fbo.gov. Interested parties are responsible for monitoring the FedBizOpps website to assure that they have the most up-to-date information about this acquisition. A mandatory site visit will be held on Wednesday, March 23, 2011 at 1000 EST at the TSA Headquarters Building. Coordination shall take place between the Offeror(s) and the TSA COTR. Offerors interested in attending the site visit shall contact Jose Duque at (571) 227-3294 or by email at Jose.Duque@dhs.gov to confirm their attendance no later than 12 noon EST on Tuesday, March 22, 2011. Please provide your full legal name and company name when requesting access to the site visit. You will be required to bring a photo ID on the day of the site visit. The meeting location for the site visit is in front of Building 601 at the Visitor's Center located at 601 S. 12th Street, Arlington, VA 20598. Mr. Duque will escort vendors on the site visit. Offeror participation in the site visit will be verified with Mr. Duque by the Contract Specialist. Proposals submitted from Offerors who do not attend the site visit shall be rendered as non-compliant and shall therefore be ineligible for award. No technical or contractual questions will be answered nor will any additional instruction outside the Statement of Work be provided at the site visit. All questions should be submitted in writing via email only to Kirsten.O'Brien@dhs.gov, TSA HQ Office of Acquisition, no later than 3:00pm local time (Washington, DC) on Monday, March 28, 2011. Prior to submitting a proposal, vendors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Registration instructions may be obtained, and online registration may be accomplished at www.ccr.gov or by calling Registration Assistance Center at 1-888-227-2423. By submitting an offer, the offeror acknowledges the requirement to be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from the solicitation. Refer to CCR clause 252.204-7004. Prospective contractors must be registered with CCR prior to award of any contract. Registration in Online Representations and Certifications Application (ORCA) is also required. ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the Federal Acquisition Regulations (FAR). To be eligible for a contract award and prior to submitting an offer, a firm must be registered in the database. Please register your Representations and Certifications at https://orca.bpn.gov/. Detailed information can be found in cited FAR case, as well as by visiting the help section of the ORCA website. The help section includes background information, frequently asked questions, the ORCA handbook, and a phone number to call for assistance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS01-11-Q-BMS018/listing.html)
 
Place of Performance
Address: 601 S. 12th Street, Arlington, Virginia, 20598, United States
Zip Code: 20598
 
Record
SN02395512-W 20110310/110308234133-fb49bbfbb849ef5425fa8e66146ea6ba (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.