SOLICITATION NOTICE
G -- Fitness Center Memberships for Military Personnel at DFAS Cleveland
- Notice Date
- 8/27/2013
- Notice Type
- Presolicitation
- NAICS
- 713940
— Fitness and Recreational Sports Centers
- Contracting Office
- Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street, Bldg #21, Room 2B218, Columbus, Ohio, 43218
- ZIP Code
- 43218
- Solicitation Number
- KODMH4RV801
- Archive Date
- 9/21/2013
- Point of Contact
- Teresa Knotts, Phone: 614-701-2767
- E-Mail Address
-
teresa.knotts@dfas.mil
(teresa.knotts@dfas.mil)
- Small Business Set-Aside
- N/A
- Description
- This RFQ is posted pursuant to FAR 5.101(a)(2)(ii). Request for Quote (RFQ) - KODMH4RV801 This requirement is unrestricted in regard to business size. The associated NAICS code is 713940, Fitness Recreational Sports Centers, and the small business size standard is $7,000,000.00. Title of Requirement: Fitness Center Memberships for Military Personnel at DFAS Cleveland Issue Date: July 31, 2013 Issued by: Point of Contact: Teresa Knotts DFAS Contract Services Directorate 3990 East Broad Street Building 21, Room 2B218 Columbus, OH 43213-1152 Telephone Number: (614) 701-2767 Facsimile Number: (614) 701-2918 Email Address: teresa.knotts@dfas.mil Furnish quotes to this POC on or before the closing time/date of 2:00 P.M. EST on September 6, 2013. Quotes may be submitted via GSA e-Buy, facsimile, or by email. It needs to be noted that due to system constraints, electronic file size shall be no larger than 5 MB and shall be uncompressed. Vendors who submit a quote by email are strongly encouraged to ensure it was received by the Government by the time/date specified for closing. All questions regarding this Request for Quote (RFQ) shall be submitted in writing via facsimile or email to the point of contact above. Quotes are to be valid for a period of 60 days. The contract type is: Firm Fixed Price. 1. Description/Intent of Work to Be Performed: The intent of the Agency is to establish a contract for Fitness Center Memberships for military personnel at DFAS Cleveland to include 15 memberships and 10 parking passes. 2. Location of Work to be Performed: The requirement to be provided is for the Defense Finance and Accounting Service (DFAS), 1240 East 9th Street, Cleveland, OH 44199. 3. Anticipated Period of Performance: The base period of performance is anticipated to begin October 1, 2013 and will be in effect for one year from the date of award. The resulting order/contract will include a one-year option period that may be exercised at the Government's discretion. 4. List any applicable standards: See the Statement of Work at the end of this document. All referenced documents will be included in the resulting award. 5. List any Acceptance Criteria: Quoters must meet the Statement of Work. Any exceptions to the Statement of Work must be clearly noted within the quote. Unless a specific exception to the Statement of Work is taken, the quote will be deemed to be in complete accordance with the Statement of Work as identified in this RFQ. 6. Basis for Selection: The factor used to evaluate quotes will be price. The quoter shall submit a firm fixed price quote in accordance with the statement of work. Price will be evaluated using price analysis techniques. Option(s) will be evaluated at time of award. The Government will evaluate quotes for award purposes by adding the total price for the option to the total price for the basic requirement. Evaluation of option(s) will not obligate the Government to exercise the option(s). A unit price is to be submitted per month for each year of the requirement. CLIN 0001 - Base Year - 12 Months - Unit Price (includes memberships and parking passes) - Total Price CLIN 0002 - 1st Option Year - 12 Months - Unit Price (includes memberships and parking passes) - Total Price In addition, a breakdown for the individual elements of the monthly unit price is required for 15 memberships and 10 parking passes for each year of the requirement. The total combined price for each of these elements should equal the unit price quoted per month. 7. Clauses/Provisions: The following are included in full text in this solicitation and will be included in the resulting award. DFAS 52.204-9000 "REPLACEMENT OF PAPER DOCUMENT DISTRIBUTION WITH ELECTRONIC DOCUMENT ACCESS (EDA)" (June 2012) Copies of DFAS contracts and modifications are available on the Electronic Document Access (EDA) website at http://eda.ogden.disa.mil. The website provides access information as well as EDA Help Desk Support. (End of clause) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). ____ (Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. ____ (Contracting Officer: Insert inspection and acceptance locations or "Not applicable".) (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC ____ Issue By DoDAAC ____ Admin DoDAAC ____ Inspect By DoDAAC ____ Ship To Code ____ Ship From Code ____ Mark For Code ____ Service Approver (DoDAAC) ____ Service Acceptor (DoDAAC) ____ Accept at Other DoDAAC ____ LPO DoDAAC ____ DCAA Auditor DoDAAC ____ Other DoDAAC(s) ____ -------------------------------------------------------------------------------------------- (*Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance locations apply, or "Not applicable.") (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. ____ (Contracting Officer: Insert applicable email addresses or "Not applicable.") (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. ____ (Contracting Officer: Insert applicable information or "Not applicable.") (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) DFAS 52.223-9000 "ENVIRONMENTALLY PREFERABLE PRODUCTS" (June 2012) The Environmentally Preferable Products clause is included in this contract to articulate the Government's policies on Green Contracting. FAR 23.403 sets forth the Federal Government's policy to acquire items composed of the highest percentage of recycled-content practical, in a cost effective manner while still obtaining other contracting goals. Recycled-content products are identified in the Environmental Protection Agency's Comprehensive Procurement Guidelines (CPGs). The United States Department of Agriculture (USDA) will be producing a similar list which designates Bio-based products. EPA guideline items (and USDA designated bio-based products, when designated) are seen as the minimum that should be considered when evaluating environmentally preferable materials. Other environmentally preferable materials and products not listed, but commonly used in industry outside of the Government, should also be considered. Executive Order 13423 (January 24, 2007) required federal agencies to use sustainable environmental practices, including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products. Moreover, it required that paper of at least 30 percent post-consumer fiber content must be acquired or used in Agency acquisitions of goods and services. Executive Order 13514 (October 5, 2009), required federal agencies to analyze internal processes and revise reporting requirements in order to achieve such results as improvement of water use and efficiency, promoting pollution prevention and elimination of waste. But more particularly as related to procurement, an emphasis was placed on efforts to advance sustainable acquisitions to ensure that 95 percent of new contract actions including task and delivery orders, for products and services with the exception of acquisition of weapon systems, are energy-efficient (Energy Star or Federal Energy Management Program (FEMP) designated), water-efficient, bio-based, environmentally preferable (e.g., Electronic Product Environmental Assessment Tool (EPEAT) certified), non-ozone depleting, contain recycled content, or are non-toxic or less-toxic alternatives, where such products and services meet agency performance requirements. § 1. Mandatory Use of Paper and Other Products with Recycled Content. (a) All paper utilized in the performance of this contract must be of at least 30 percent post-consumer fiber content. (b) The contractor, by responding to this solicitation, affirmatively acknowledges that it will, to the maximum extent practicable, use sustainable environmental practices including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products in the performance of this contract that meet the recycled-content recommendations for EPA designated items, which are found at http://www.epa.gov/epaoswer/non-hw/procure/products.htm. In addition, by responding to this solicitation the contractor is certifying the deliverables required under this contract shall meet the recycled-content recommendations for EPA designated items. § 2 Notice of Green Alternatives in Offerors' Product/Service. (a) When offering a product or service that contains "Green" components as that term is defined at http://www.epa.gov/epaoswer/non-hw/procure/products.htm, the contractor shall make the Contracting Officer aware of such facts in the submission of their quote or proposal. (b) The contractor, when appropriate, shall comply with FAR Clause 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products. § 2 Affirmative Duty of Contractors to Adhere to Green Contracting Policy. (a) Whenever practicable, the Contractor has an affirmative duty to examine its packaging to eliminate or reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable material for non-recyclable material in packaging. (b) Whenever practicable, the Contractor has an affirmative duty to find other materials utilized in the delivery of services under this contract and examine whether it can reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable materials for non-recyclable materials of items consumed in the furnishing of their services. (End of clause) 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days prior to the end of the contract. (End of clause) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 14 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed two years. (End of clause) 52.232-18 Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) 252.201-7000 Contracting Officer's Representative (DEC 1991) (a) Definition. "Contracting officer's representative" means an individual designated in accordance with subsection 201.602-2 of the Defense Federal Acquisition Regulation Supplement and authorized in writing by the contracting officer to perform specific technical or administrative functions. (b) If the Contracting Officer designates a contracting officer's representative (COR), the Contractor will receive a copy of the written designation. It will specify the extent of the COR's authority to act on behalf of the contracting officer. The COR is not authorized to make any commitments or changes that will affect price, quality, quantity, delivery, or any other term or condition of the contract. (End of clause) 8. Payment: Invoices shall be submitted to the COR/GPOC (Acceptor) as a 2-in-1 or Combo invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil (reference clause 252.232-7006). When the 2-in-1 or Combo invoice is received by the COR/GPOC via WAWF, the COR/GPOC will review the document and, if it is correct, accept it electronically and forward it for payment. Web Base Training is available at www.wawftraining.com and for more information go to www.dod,mil/dfas and click the e-commerce link. 9. SAM (System for Award Management): Ensure that you provide your cage code and company name when responding. Note that in order to do business with the Government; companies must have an assigned cage code that can be obtained when you do your registration. The web site is https://www.sam.gov/portal/public/SAM/. 10. Quoter Information: This information must be included with your quote. Cage Code: Company Name: Point of Contact: Telephone Number: Email Address: TIN (Taxpayer Identification Number): Business Size/Classification: (Applicable NAICS is 713940) Date: Statement of Work Fitness Center Memberships for Military Personnel July 23, 2013 Background: DoD Directive 1308.1 Physical Fitness and Body Fat Program, dated June 30, 2004, and the implementing regulations of the various military services (Army, Navy, Marine Corps, and Air Force) require that fitness center staff members are cardio pulmonary resuscitation (CPR) certified, and are available to assist with Physical Fitness Assessments (PFAs), physical training, and command and member organized fitness programs. Due to the rigorous travel schedule of our active duty Command Fitness Leaders (CFLs), they are not always available to provide assistance to the military employees of Military Pay Operations, DFAS Cleveland in their physical training as required by regulations. In order to comply with DoD Directive 1308.1 and its implementing regulations, we must contract with a commercial fitness center that meets all facility and work-out requirements as well as having staff members who are available to offer training assistance to our military employees. Military Fitness Center Requirements: Within one (1) mile of DFAS Cleveland located at 1240 East Ninth Street, Cleveland, OH 44199. Cardio Pulmonary Resuscitation (CPR) certified fitness trainer on site during hours of operation. Facilities must be available Monday through Friday, 6:00 A.M. to 6:00 P.M., except holidays. Cardiovascular training equipment (at least one required for the elliptical and treadmills): Elliptical (Models: Life Fitness CT9500 HR, CT9500, 91X, 91Xi, Precor EFX556/556i, Nautilus E9 16, Lifetime 95X Engage, Lifetime 95X Inspire, and Technogym Synchro 700iSP), Bike (Model: Life Fitness 95CI), Treadmills (Models: any Precor or Life Fitness brands). USMC combat fitness test requires high/low crawls on the ground as well as a combat carry, casualty drag, etc. Covers a distance of 75 yards plus and requires any facility that allows accomplishment of this testing to be completed with minimum potential of injury to personnel (i.e. outside grass football, soccer or baseball field). Indoor track for inclement and winter weather conditions. Track must have a flat surface (PFA requirement) and have at least three (3) lanes (running, passing, cool down/walking). Outdoor track (optional). Indoor Lap pool. Navy Physical Readiness Test (PRT) regulations require the option for Navy members to take semi-annual readiness tests in the pool. A PRT requirement is 500m, so an Olympic sized pool (50m long) is preferred. Locker rooms and showers. Strength training equipment. Parking is required for those members who may be on limited duty and for all members during times of inclement and extreme weather conditions. Transferrable Memberships - Memberships must be transferrable and not assigned to an individual. This allows military members who report for duty the ability to utilize a previously acquired membership. 15 memberships and 10 parking passes are required for group physical training over the next two years (FY14 and FY15). Floating Memberships - Memberships will allow a limited number of personnel to utilize the facility at any given time. Command CFLs will work out schedules between Navy and Marine Corps personnel to ensure group physical training is achieved, but no more than 15 personnel will be utilizing the fitness facility at any given time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DFAS/Columbus/KODMH4RV801/listing.html)
- Place of Performance
- Address: Defense Finance and Accounting Service (DFAS), 1240 East 9th Street, Cleveland, Ohio, 44199, United States
- Zip Code: 44199
- Zip Code: 44199
- Record
- SN03165019-W 20130829/130828000416-a2f78f1ef31cc11e6026757e941ea698 (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 |