SOLICITATION NOTICE
R -- Physical Fitness Training Instructor
- Notice Date
- 4/23/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812990
— All Other Personal Services
- Contracting Office
- USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
- ZIP Code
- 84020-2000
- Solicitation Number
- W90M8L31050104
- Response Due
- 5/7/2013
- Archive Date
- 6/22/2013
- Point of Contact
- Jennifer Shaw, 801-432-4330
- E-Mail Address
-
USPFO for Utah
(jennifer.shaw5@us.army.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. 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; quotes are being requested and a written solicitation will not be issued. Solicitation is W90M8L31050104 being issued as a Request for Proposal. This solicitation is issued as a Small Business Set-Aside procurement. North American Industry Classifications System Code (NAICS) is 812990, size standard is $7.0M. REQUIREMENTS: The USPFO for Utah anticipates issuing a Firm Fixed Price (FFP) contract for one base year and three option years to provide physical training three times per week at the Utah Army National Guard Headquarters, Draper Utah. 1.Training will be conducted weekly from 10:30 am to 11:30 am on Tuesday, Wednesday, and Thursday. 2.Training must include a variety of strength, balance, flexibility, and endurance exercises to include but not limited to: a.Pilates b.Ball, Band, or Weights c.Circuit d.However, do NOT include Yoga or Step Aerobics 3.Certification is required by American Council on Exercise (ACE) or other equivalent agency accredited through the National Commission for Certifying Agencies (NCCA). Instructor(s) must be individually certified. 4.Instructor must accommodate both beginner and advanced students in a combined class. 5.Instructor must arrange for a replacement if unable to attend class. If instructor/contractor misses more than three classes in a four week consecutive period, they risk having the contract terminated. 6.A National Agency Check (NAC) is required for all Contractor employees performing on-site services. Employees must complete fingerprinting, initiation of SF 86, and risk assessment by the UTARNG security office within 14 days of selection. 7.Participation in the Contractor Manpower Reporting Application (CMRA). The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Utah Army National Guard. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Selection will be based on lowest price technically acceptable. The Government will evaluate offers for award by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the options. Quotes are due NLT 2:00 pm MST 7 May 2013. Quotes may be mailed to: USPFO for Utah, Attention Jennifer Shaw, 12953 South Minuteman Drive, Draper, UT 84020-2000 or e-mailed to jennifer.m.shaw36.civ@mail.mil; facsimiles will NOT be accepted. Quotes must arrive at the place and time specified to be considered. Included in this document is the Quality Assurance Surveillance Plan (QASP) For Physical Training Instruction. The purpose of the QASP is to identify the methods and procedures the government will use to evaluate contractor actions and quality assurance while performing the requirements as stated in the contract. QASP's will aid in determining contractors past performance and may impact Option Year renewal opportunities. Proposals must meet the following criteria: 1.Contractor's capabilities to meet or exceed the specifications identified. Include aforementioned Certifications for all employees that will be performing service. Failure to provide with your offer may cause your offer to be considered non-responsive. 2.A suggested proposal format is as follows: CLIN 0001 Base Year (1 May 2013 to 30 April 2014) Hourly Rate $ CLIN 0002 Option Year 1 (1 May 2014 to 30 April 2015) Hourly Rate $ CLIN 0003 Option Year 2 (1 May 2015 to 30 April 2016) Hourly Rate $ CLIN 0004 Option Year 3 (1 May 2016 to 30 April 2017) Hourly Rate $ 3.Include quotation number offers name and address, point of contact, phone number, e-mail address, CCR number, and TIN on quote sheet. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: (1) FAR 52.204-7 Central Contractor Registration; (2) FAR 52.204-9 Personal Identity Verification of Contractor Personnel; (3) FAR 52.212-4 Contract Terms and Conditions--Commercial Items; (4) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.219-28 Post Award Small Business Program Representation; (b) FAR 52.222-3 Convict labor; (c) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (d) FAR 52.222-21 Prohibition of Segregated Facilities; (e) FAR 52.222-26 Equal Opportunity; (f) FAR 52.222-36 Affirmative Action for Workers with Disabilities; (g) FAR 52.222-50 Combating Trafficking in Persons; (h) FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving (i) FAR 52.233-3 - Protest After Award (j) FAR 52.233-4 Applicable Law for Breach of Contract Claim; (k) FAR 52.237-1 Site Visit (l) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (m) FAR 52.232-33 Payment by Electric Funds Transfer-Central Contractor Registration. (5) FAR 52.217-5 Evaluation of Options; (6) FAR 52.217-8 Option to Extend Services; (7) FAR 52.217-9 Option to Extend the Term of the Contract; (8) FAR 52.219-6 Notice of Small Business Set Aside (9) 52.222-42 Statement of Equivalent Rates for Federal Hires (10) 52.223-5 Pollution Prevention and Right to Know Information (11) FAR 52.232-19 Availability of Funds for the Next Fiscal Year; (12) FAR 52.252-2 Clauses Incorporated Reference; (13) DFARS 252.201-7000 Contracting Officer's Representative; (14) DFARS 252.204-7004 Central Contractor Registration, Alternate A; (15) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (16) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (b) DFARS 252.232-7003 Electronic Submission of Payment Requests; 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (c) DFARS 252.247-7023 ALT III Transportation of Supplies by Sea
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W90M8L31050104/listing.html)
- Place of Performance
- Address: USPFO for Utah 12953 South Minuteman Drive Draper UT
- Zip Code: 84020-2000
- Zip Code: 84020-2000
- Record
- SN03043099-W 20130425/130423234725-54112085c8b10e4c0a31b19103c42935 (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 |