SOLICITATION NOTICE
U -- Training Fitness Evaluation Services
- Notice Date
- 3/20/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621999
— All Other Miscellaneous Ambulatory Health Care Services
- Contracting Office
- 129 RQW, Base Contracting, Base Contracting, P.O. Box 103/Stop 25, Moffett Federal Airfield, CA 94035
- ZIP Code
- 94035
- Solicitation Number
- W912LA-12-R-7008
- Response Due
- 4/3/2012
- Archive Date
- 6/2/2012
- Point of Contact
- Duncan Collier, 650-603-9274
- E-Mail Address
-
129 RQW, Base Contracting
(duncan.collier@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a 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. Requirements Interested vendors should submit a quote to establish a training and rehabilitation program specifically for unit members within the 131RQS Guardian Angel (GA) program assigned to the 129 RQW located at Moffett Field, CA. The training programs will allow designated members both face to face and on-line access to trainers and or therapists. The awarded vendor will provide evaluation, testing, instruction, training, and follow up with the intent to maximize the members' physical mission readiness, and longevity over time. All submitted quotes must list a training facility address that does not exceed a 25 mile distance between the Government Owned Facility (GOF) and the vendor provided facility (VPF). All vendor quotes that exceed that distance will be excluded from the review process. Travel distance will be calculated using Google Maps, by entering both the Moffett Field, CA 94035 address and the vendor facility street address as defined in the quote. Mandatory Items to Quote Vendors must submit quotes with individual prices based on items 1 through 4, as listed in the mandatory items to quote section. Failure to bid on all four mandatory items will cause the quote to be excluded from the review process. All items are further defined under the scope of requirement section. Vendors will quote based on a single base year with an additional four option years. Base year is from 1 Apr 2012 to 30 Sep 2012. Option year one is from 1 Oct 2012 to 30 Sep 2013. Option year two is from 1 Oct 2013 to 30 Sep 2014. Option year three is from 1 Oct 2014 to 30 Sep 2015. Option year four is from 1 Oct 2015 to 30 Sep 2016. Execution of each option year will be based on the availability of funding for that specific option year. 1. Operator Improvement and Sustainment Training Program. Reference the Scope of Requirement section 1. Quoted price must be for providing the program for 1 full year. 2. Student Training Program. Reference the Scope of Requirement section 2. Quoted price must be for providing the program for 1 full year. 3. Operator Improvement and Sustainment Training Program Sessions, in person sessions. Reference the Scope of Requirement section 3.1. Quoted prices will be for all of the following: Weekday single session (1 hour) at the GOF and at the VPF. Weekend single session (1 hour) at the GOF and the VPF. Student Training Program, in person sessions. Reference the Scope of Requirement section 3.2. Quote a weekday single session (1 hour) at the GOF and at the VPF. 4. On-Line Access and Training. Reference the Scope of Requirement section 4. Quoted price must be for providing a fully operational web based program. Optional Items to Quote Vendors have the option to submit additionally quoted items based on availability to offer the following items listed below. These items are not a mandatory items required to quote. List individual prices based items 5 through 8. Quoted prices must be for providing the program for 1 base year and each of 4 option years. 5. Individual Rehabilitation Training Programs. Reference the Scope of Requirement section 5. Quote for a single member evaluation. Quote for an individual training plan. Quote for an individual training session (1 hour). 6. Rehabilitation and Maintenance Therapy, Sports Style Massage. Quote single session (1 hour) at GOF and VPF. Active Release Technique; Quote single session time / cost at GOF and VPF. Ultrasound; Quote single treatment cost at the VPF. Hydrotherapy; Quote single treatment cost at the VPF. Electronic stimulation; Quote single session time / cost at GOF and VPF. Other Therapy Modalities; Quote by specifying therapy and price per use. 7. Nutrition Advice and Counseling, Quote for single session. 8. Team Events, Quote by describing potential Team events and cost per event. Scope of Requirement 1. Operator Improvement and Sustainment Training Programs: Vendor will design, implement, and manage a physical training program specifically for the members of the 131RQS. The program will take into account the varied nature and extensive physical demands of the GA, CRO, and SERE career fields. The Training Programs will be designed for use by all operators in the squadron, but will be able to be tailored to fit the needs of individual operators based on age, experience, injury, and any other relevant factors. The training programs will be based around a workout frequency of two hours per day four to six days a week. Workouts and training plans will be subject to change / adjustment based on feedback of the Contracting Officer Representative (COR) assigned from within the 131RQS. At a minimum the Operator Training Programs will address and include work to improve and sustain: 1.1. Strength 1.2. Running Ability 1.3. Cardio-Vascular Capacity 1.4. Functional Weight Bearing Capacity (i.e. the ability for function effectively while wearing body armor and back packs.) 1.5. Functional Movements (e.g. lifting people and gear, pushing, dragging, climbing, throwing, etc.) 1.6. Swimming 1.7. Flexibility 1.8. Recovery 1.9. Injury Prevention 2. Student Training Program: Vendor will design and implement a training program designed to facilitate 131 RQS students' success through the training pipeline. The program will be designed to prepare students for the initial selection course, sustain their physical fitness throughout all the required schools, prevent injury, and ultimately lay the foundation for good physical fitness throughout their career. The Student Training Program will take into account the same factors as the Operator Programs, but will be tailored for a younger less experienced individual. There will be a stronger emphasis on learning the fundamentals of effective training (e.g. Warm-up, cool-down, proper technique, appropriate volume and intensity, recovery, etc.) Additionally, the specific demands of the training pipeline will be addressed, particularly in terms of swimming, water confidence, high volume calisthenics, and mid to long distance running. 2.1. Coordination with the COR and 131 RQS Cadre: Vendor will work directly with the COR and 131 RQS Cadre to coordinate and manage Student training programs to ensure the vendor provided training programs that work in conjunction with 131 RQS Cadre assigned training, workouts, and exercises, especially in terms of volume duration and intensity. Vendor will coordinate with 131 RQS Cadre to understand the demands on students, especially in terms of pool exercises and water confidence preparation. 3. In Person Training: Vendor will provide in person training sessions to groups and individuals to facilitate the proper execution of Training Programs by members. These sessions will include leading members through assigned warm-ups, workouts, etc. These will also be for Trainers / Assistants to evaluate and monitor Members' progress and allow for reciprocal feedback. 3.1. Operator Improvement and Sustainment Training Programs Sessions: 3.1.1. Vendor will provide Trainer or Trainer's Assistant for In Person Training at Government Owned Facility a minimum of twice a week for two hour sessions. Times will be scheduled by 131 RQS scheduler. Times will usually be from 0700-0900 at the 131 RQS Gym. 3.1.2. Option: vendor will make Vendor Owned Facility available for use by Members. 3.2. Student Training Program Sessions: 3.2.1. Vendor will provide Trainer or Trainer's Assistant for In Person Training at Government Owned Facility for student sessions. Students usually report to the 131 RQS one weekend a month and will need longer sessions to teach the fundamentals of training. Student sessions will last 4-6 hours based on student availability and may be conducted quarterly, or as often as once a month. 4. On-Line Access and Training: Vendor will provide a secure log-in website to Members. that will allow them to : 4.1. Full website access using DoD authorized computers in conjunction with Common Access Cards (CAC) and the ability to access via non DoD civilian computers to review and or print materials: 4.1.1. Operator Improvement and Sustainment Training Plans 4.1.2. Student Training Plans 4.1.3. Individual Rehabilitation Training Plans. 4.2. Access exercise descriptions and video/picture demos (for all Prescribed exercises). 4.3. Communicate directly with Trainers/Therapists to get training advice feedback and customization to training programs. 4.4. Log workout results (option). 5. Individual Rehabilitation Training Programs: Members that are identified as having injuries or other limiting/inhibiting conditions will be identified for Individual Rehabilitative Training Programs. Vendor will have a qualified Trainer/Therapist assess the Member and provide individual training programs to rehabilitate the member's injury / condition. 6. Rehabilitation and Maintenance Therapy (Option): Vendor will provide access for members to Therapists and Therapist Assistants to provide Soft Tissue Treatment Modalities as part of Rehabilitation or for fitness maintenance reasons to avoid injury. Therapy options may include: 6.1. Sports Style Massage 6.2. Active Release Technique 6.3. Ultrasound 6.4. Hydrotherapy 6.5. Electronic stimulation 6.6. Other Therapy Modalities 7. Nutrition Advice and Counseling: Vendor will provide relevant nutritional advice members and students to facilitate successful training and rehabilitation. 8. Team Events (Option): Trainer may organize team oriented events such as competitive events, teamwork building exercises, monster mashes, team sports, etc. in order to strengthen team skills, and build esprit de corps. Any team events must be approved in writing by the 129RQS CC or the COR. 9. Definitions and Terms Member: Military member of the 131RQS, or associated Government Contractor who is authorized by COR to take part in the Fitness Contract. 131 RQS Cadre: Experienced NCOs / Officers from the 131 RQS that are designated as being in charge of and managing Students. Student: A GA trainee, CRO trainee, or SERE trainee that is associated with the 131 RQS. Trainer: Vendor associated individual that is appropriately qualified to prescribe and oversee Training Programs. Trainer's Assistant: Vendor associated individual that is appropriately qualified to conduct and manage training sessions with members as prescribed by Trainer. Therapist: Vendor associated individual appropriately qualified to prescribe and administer therapeutic treatments (e.g. Physical Therapy, sports style massage, Active Release Technique, other appropriate, soft tissue treatment modalities). Therapist's Assistant: Vendor associated individual qualified to administer therapeutic treatments as prescribed by Therapist. Government Owned Facility (GOF): Any gym. Pool, track, or other government controlled facility that is appropriate to support the physical training prescribed in the Training Programs and can be accessed by both Members and vendor associated individuals for the purposes of training. Note: The primary Government Owned Facility for this contract will be the 131 RQS gym in Hangar 3 at Moffett Field, CA. Vendor Provided Facility (VPF): A gym or other training / therapy facility associated with the vendor that is capable of hosting training and therapy sessions as prescribed by Trainers and Therapists Note: As a part of bid submission for this solicitation, vendors must submit names and relevant qualifications and experience for Trainers, Trainer's Assistants, Therapists and Therapists assistants as defined in Sections 10, 11 and 12. 10. Relevant Qualifications for Trainers and Trainer's Assistants may Include: 10.1.1. Relevant Bachelor's Degree (e.g. Kinesiology or Exercise Science) 10.1.2. Relevant Graduate Degree 10.1.3. Relevant Professional affiliations 10.1.4. Training Certifications: 10.1.4.1. Certified Strength and Conditioning Specialist (CSCS) 10.1.4.2. Certified Personal Trainer (must submit which certificate) 10.1.4.3. Crossfit Certifications (level and type) 10.1.4.4. Other Relevant Qualifications (list Specifically) 11. Relevant Qualifications for Therapists and Therapists Assistants may Include: 11.1.1. Relevant Bachelor's Degree (e.g. Physical Therapy, Athletic Training) 11.1.2. Relevant Graduate Degree 11.1.3. Relevant Professional affiliations 11.1.4. Training Certifications: 11.1.4.1. Certificate or License in Massage Therapy (List School, training hours and specialties and areas qualified to practice) 11.1.4.2. Active Release Technique (List courses and levels completed) 11.1.4.3. Other Relevant Qualifications (list Specifically) 12. Relevant Experience for Trainers, Trainer's Assistants, Therapists and Therapists Assistants may include: 12.1.1. Professional Experience 12.1.1.1. List organizations worked for and number of years employed 12.1.1.2. List types of previous clients relevant clients may include: 12.1.1.2.1. Military 12.1.1.2.2. Police 12.1.1.2.3. Fire 12.1.1.2.4. Collegiate Athletes 12.1.1.2.5. Professional Athletes and or Teams (specify teams, and sports) Contract Clauses CLAUSES INCORPORATED BY REFERENCE 52.203-3 Gratuities APR 1984 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.219-8 Utilization of Small Business Concerns JAN 2011 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement DEC 2007 52.244-6 Subcontracts for Commercial Items DEC 2010 252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies DEC 2008 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration Alternate A SEP 2007 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.225-7012 Preference For Certain Domestic Commodities JUN 2010 252.243-7002 Requests for Equitable Adjustment MAR 1998 CLAUSES INCORPORATED BY FULL TEXT 52.213-4 TERMS AND CONDITIONS--SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL ITEMS) (FEB 2012) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses that are incorporated by reference: (1) The clauses listed below implement provisions of law or Executive order: (i) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (ii) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (E.O. 11246). (iii) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (iv) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (v) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (vi) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (vii) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (2) Listed below are additional clauses that apply: (i) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) (ii) 52.232-1, Payments (Apr 1984). (iii) 52.232-8, Discounts for Prompt Payment (Feb 2002). (iv) 52.232-11, Extras (Apr 1984). (v) 52.232-25, Prompt Payment (OCT 2008). (vi) 52.233-1, Disputes (JUN 2008). (vii)52.244-6, Subcontracts for Commercial Items (JAN 2011). (viii) 52.253-1, Computer Generated Forms (Jan 1991). (b) The Contractor shall comply with the following FAR clauses, incorporated by reference, unless the circumstances do not apply: (1) The clauses listed below implement provisions of law or Executive order: (i) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126). (ii) 52.222-20, Walsh-Healey Public Contracts Act (OCT 2010) (41 U.S.C. 35-45) (Applies to supply contracts over $15,000 in the United States, Puerto Rico, or the U.S. Virgin Islands). (iii) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212) (applies to contracts of $100,000 or more). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). (Applies to contracts over $15,000, unless the work is to be performed outside the United States by employees recruited outside the United States.) (For purposes of this clause, United States includes the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island.) (v) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212) (applies to contracts of $100,000 or more). (vi) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.) (Applies to service contracts over $2,500 that are subject to the Service Contract Act and will be performed in the United States, District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, Johnston Island, Wake Island, or the outer continental shelf lands.). (vii) 52.223-5, Pollution Prevention and Right-to-Know Information (May 2011) (E.O. 13423) (Applies to services performed on Federal facilities). (viii) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b) (Unless exempt pursuant to 23.204, applies to contracts when energy-consuming products listed in the ENERGY STAR Program or Federal Energy Management Program (FEMP) will be-- (A) Delivered; (B) Acquired by the Contractor for use in performing services at a Federally-controlled facility; (C) Furnished by the Contractor for use by the Government; or (D) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance.) (ix) 52.225-1, Buy American Act--Supplies (FEB 2009) (41 U.S.C. 10a-10d) (Applies to contracts for supplies, and to contracts for services involving the furnishing of supplies, for use in the United States or its outlying areas, if the value of the supply contract or supply portion of a service contract exceeds the micro-purchase threshold and the acquisition-- (A) Is set aside for small business concerns; or (B) Cannot be set aside for small business concerns (see 19.502-2), and does not exceed $25,000.) (x) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (May 1999). (Applies when the payment will be made by electronic funds transfer (EFT) and the payment office uses the Central Contractor Registration (CCR) database as its source of EFT information.) (xi) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (Oct 2003). (Applies when the payment will be made by EFT and the payment office does not use the CCR database as its source of EFT information.) (2) Listed below are additional clauses that may apply: (i) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (Applies to contracts over $30,000). (ii) 52.211-17, Delivery of Excess Quantities (SEPT 1989) (Applies to fixed-price supplies). (iii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247) (Applies to contracts greater than $25,000 that provide for the provision, the service, or the sale of food in the United States.) (iv) 52.247-29, F.o.b. Origin (FEB 2006) (Applies to supplies if delivery is f.o.b. origin). (v) 52.247-34, F.o.b. Destination (NOV 1991) (Applies to supplies if delivery is f.o.b. destination). (c) 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/these address(es): http://farsite.hill.af.mil/vffara.htm (d) Inspection/Acceptance. The Contractor shall tender for acceptance only those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. The Government must exercise its postacceptance rights-- (1) Within a reasonable period of time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (e) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence, such as acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (f) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges that the Contractor can demonstrate to the satisfaction of the Government, using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred that reasonably could have been avoided. (g) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (h) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (End of clause) Local Contract Clauses LOCAL CLAUSES, TERMS, CONDITIONS AND INSTRUCTIONS INCORPORATED BY FULL TEXT 129 RQW - AA - 0010 CUSTOMER INSTRUCTIONS If any items delivered are not in accordance with the contract or purchase order, notify the contracting officer in writing. 129 RQW - AA - 0020 WARRANTY UNLESS OTHERWISE STATED, STANDARD COMMERCIAL WARRANTIES APPLY, PLEASE FURNISH A WRITTEN COPY WITH YOUR DELIVERY. 129 RQW - AA - 0030CONTRACTING OFFICE CONTACT INFORMATION JONATHAN V. WOOD, SMSgt, CA ANG Base Contracting Officer PHONE: (650) 603-9276 FAX: (650) 603-9277 jonathan.wood@us.af.mil DUNCAN C. COLLIER, MSgt, CA ANG Contracting Officer PHONE: (650) 603-9276 FAX: (650) 603-9277 duncan.collier@ang.af.mil 129 RQW - AA - 0040FEDERAL, STATE AND LOCAL TAXES-GOVERNMENTAL ENTITY The U.S. Government is exempt from state sales or use taxes and federal excise taxes. This purchase is not subject to California State Sales tax. For additional information contact your local, state, or federal taxing authority. 129 RQW - AA - 0050DELIVERY TIMES The following delivery times are established for contactors: MONDAYS - FRIDAY:08:00 A.M. TO 2:30 P.M. No deliveries will be accepted on Federal holidays. All vendors shall have a delivery ticket with each delivery. The delivery ticket will ensure prompt processing of payment. 129 RQW - AA - 0060INSTALLATION PASSES/ACCESS TO MOFFETT FIELD Contractors should be aware that this is a Military Installation and that all access to this installation is granted by the Moffett Federal Air Field (FAR) Security Forces. Prior to making deliveries please contact (805) 986-7452 and follow instructions provided by the Security Forces for access to Moffett Federal Airfield, CA. If a gate pass is not granted to a contractor allowing the delivery of goods, execution of warranty support, or performance of services please contact the contracting officer as listed in 129 RQW - AA - 0030.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04-3/W912LA-12-R-7008/listing.html)
- Place of Performance
- Address: 129 RQW P.O. Box 103, Stop 28 Moffett Field CA
- Zip Code: 94035-0103
- Zip Code: 94035-0103
- Record
- SN02701343-W 20120322/120321000140-ac39b7df3bafe91068bdbc335e7ba992 (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 |