Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2012 FBO #3990
SOLICITATION NOTICE

99 -- Gym Membership

Notice Date
10/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
713940 — Fitness and Recreational Sports Centers
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
 
ZIP Code
68113-2107
 
Solicitation Number
F2CHR1142A001
 
Archive Date
12/6/2012
 
Point of Contact
Susianne Patterson, Phone: 402-294-3083, Cheryl L Haun, Phone: 402-294-7304
 
E-Mail Address
susianne.patterson@offutt.af.mil, cheryl.haun@offutt.af.mil
(susianne.patterson@offutt.af.mil, cheryl.haun@offutt.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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-25. This is a 100% Total Small Business Set-Aside; all responsible sources may submit a quote. The applicable North American industry Classification System Code (NAICS) is 713940 and the size standard is $7 million. Offutt AFB Base is soliciting proposals to provide Gym Memberships to an appropriate physical fitness and exercise facility for 20 military personnel with access to the state of the art cardiovascular and Circuit training equipment (including treadmills and exercise bikes), free weights, indoor track, indoor lap pool, indoor basketball court, locker rooms, and weight management courses.. As an organization supported by USSTRATCOM, the U.S. Nuclear Command and Control System (NCCS) Support Staff (NSS) is unable to meet these requirements due to a lack of DoD fitness facilities in the local area, particularly in light of the time required to drive to military facilities in northern Virginia. Department of Defense (DoD) personnel are required to maintain specific levels of fitness in order to comply with the agency's readiness mandate. The Solicitation Number is F2CHR1142A001. A Draft copy of the Statement of Work (SOW) will be posted on FedBizOpps (FBO) (www.fbo.gov). Hard copies will not be available. Interested Small Business sources may submit a proposal. All parties are responsible for checking this website to ensure they have the most current information (i.e., issued Amendments, changes to the Statement t of Work, etc). Questions concerning this solicitation should be submitted in writing to Susianne Patterson, email: susianne.patterson@offutt.af.mil, or the Contracting Officer, Cheryl Haun at (402) 294-7304, or email: cheryl.haun@offutt.af.mil. The following provision and clauses apply to this acquisition: The provision at FAR 52.202-1, Definitions; FAR 52.203-3, Gratuities; FAR 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government; FAR 52.203-11 Certification and Disclosure Regarding Payments to influence Certain Federal Transactions; FAR 52.204-4, Printed or copied Doubled-Sided on Recycled Paper; FAR 52.204-7, Central Contractor Registration; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations Representation; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-17, Delivery of Excess Quantities; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition Of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for veterans; FAR 52.222-36, Affirmative Action For Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-11, Ozone-Depleting Substances; FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification; FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.333-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-3, Continuity Of Services; FAR 52.242-13, Bankruptcy; FAR 52.242-15, Stop-Work Order; FAR 52.246-4, Inspection of Services - Fixed Price; FAR 52.247-34, F.O.B. Destination; FAR 52.253-1, Computer Generated Forms. The clause at DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control Of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications. Clauses Incorporated by Full Text: FAR 52.212-2, Evaluation -Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.252-1 Solicitation Provisions Incorporated By Reference; FAR 52.252-2, Clauses Incorporated By Reference; FAR 52.252-6, Authorized Deviations In Clauses; 5352.201-9101, Ombudsman. A complete written quotation will be due and must be physically received by the 55th Contracting Squadron/LGCZ, 101 Washington Square, Bldg 40, Offutt AFB 68113-2107, NLT 1300 CST on 26 November 2012. Quotations may be submitted via email to susianne.patterson@offutt.af.mil or via FAX to (402) 294-0430. Please reference solicitation #F2CHR1142A001 on all correspondence. Please acknowledge all requirements on quotations. Please indicate FOB destination on quote. Please include company name, address telephone number, point of contact with e-mail address, business size, DUNS number, CCR registration number, Federal Cage code, general description of the company with proven ability to meet requirements in the draft statement of work or description of similar contracts. Proposals must be valid for 30 calendar days after close of solicitation. Any questions should be submitted to Susianne Patterson at (402) 294-3083. This acquisition is set-aside 100% Competitive small businesses with geographical restrictions within a three mile radius of the Skyline Complex, 5201 Leesburg Pike, Falls Church, VA 22041, as described in the Statement of Work. Interested responsible Small Business sources may submit a proposal. The contract type is Firm-Fixed-Price, Level -of-Effort. All Contractors wishing to do business with the Government are required to register in the DoD Central Contractor Registry (CCR) Database prior to any subsequent award. CCR Registration may be accomplished online at http://www.ccr.gov. Contractors are further advised that failure to register in the DoD Central Registration Database will render your firm ineligible for award. The proposed contract shall be for one base period of twelve (12) months, four (4) option years, and a 6-month Option to Extend Service. Notice: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/F2CHR1142A001/listing.html)
 
Place of Performance
Address: Skyline 3, Suite #55, 5201 Leesburg Pike, Falls Church, Virginia, 22041, United States
Zip Code: 22041
 
Record
SN02919325-W 20121027/121025234109-3b82c0f483fcfae4edc821d9bf5a98ae (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.