Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 15, 2016 FBO #5440
SOLICITATION NOTICE

99 -- Gym Membership - PWS

Notice Date
10/13/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
713940 — Fitness and Recreational Sports Centers
 
Contracting Office
Other Defense Agencies, Defense Security Cooperation Agency, Defense Budget and Contracts, 201 12th Street, Suite 203, Arlington, Virginia, 22202-5408
 
ZIP Code
22202-5408
 
Solicitation Number
HQ0013-17-Q-0005
 
Archive Date
11/3/2016
 
Point of Contact
Toni, Phone: 7036041002, Woodrow Bell, Phone: 703-697-8940
 
E-Mail Address
Toni.m.davis3.civ@mail.mil, Woodrow.w.bell.civ@mail.mil
(Toni.m.davis3.civ@mail.mil, Woodrow.w.bell.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The contractor shall provide membership for 105 employees. See the attached Performance Work Statement for further details. Solicitation Number: HQ0013-17-Q-0005 Notice Type: Combined Synopsis/Solicitation (i) 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. (ii)This solicitation document, HQ0013-17-Q-0005, is issued as a Request for Quote (RFQ). (iii) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. It is the responsibility of the offeror to review the web page for notice of amendments, updates or changes to the solicitation. (iv)This solicitation is issued under FAR Part 13-Simplified Acquisition Procedures. This requirement is to provide gym membership in support of the Defense Security Cooperation Agency (DSCA) Employee Exercise Program. The period of performance is 1 November through 31 October 2017 and two option years. The North American Classification System (NAICS) code is 713940, size standard is $7.5 million. Award of this requirement will be in accordance with Federal Acquisition Regulation FAR Part 13, Simplified Acquisition Procedures. (v) This requirement is to provide gym membership for approximately 105 participants (DoD and FMS). The requirements are detailed in the attached Statement of Work. (vi) The Government shall provide a final list of participants one day prior to the first planned arrival. The Contractor shall bill the Government for actual participants. (vii)The requirement shall be Firm Fixed Price (FFP). (viii) The selected Offeror described in Contract Line Item Number (CLIN) 0001, must be within a 1 (one) mile radius fro DSCA Headquarters located at 201 12th St South, Arlington, VA 22202. (ix) Requirements as follows: CLIN 0001 - Gym Memberships Quantity Unit Issue Unit Price Total Price CLIN 0001AA - DoD Memberships 30 Lot _______ ________ CLIN0001AB - FMS Memberships 75 Lot ________ _______ CLIN 0002 - Manpower Report 1 Each _______ ________ CLIN 1001 Gym Memberships Quantity Unit Issue Unit Price Total Price CLIN 1001AA - DoD Memberships 30 Lot _________ __________ CLIN 1001AB- FMS Memberships 75 Lot ________ __________ CLIN 1002 - Manpower Report 1 Each_______ __________ CLIN 2001 Gym Memberships Quantity Unit Issue Unit Price Total Price CLIN 2001AA - DoD Memberships 30 Lot _________ __________ CLIN 2001AB - FMS Memberships 75 Lot _________ _________ CLIN 2002 - Manpower Report 1 Each _________ _________ (x) Offerors shall provide information regarding cancellation policy. (xi) All prices MUST include all applicable fees, gratuities, and service charges. THE FEDERAL GOVERNMENT IS TAX EXEMPT. (xii) The Government will not execute any contract other than with the facility proposed to provide accommodations. Any offer from a source other than the offerer itself must include written evidence that the offeror is currently authorized to submit binding proposals on behalf of the offerer whose accommodations are being offered. Offers that fail to provide such evidence shall be deemed technically unacceptable and will not be considered for award. (xiii) Provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xiv) Provision at FAR 52.252-2, Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xv) Provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (xvi) Instructions to Offerors a. Offerors shall read the documents of the solicitation completely. b. Offerors shall submit their proposal in 3 Parts 1. Part I: Technical 2. Part II: Past Performance 3. Part III: Price c. Part I shall include: Offerors shall provide descriptive literature to include information on the services and amenities of the gyml. At a minimum literature shall address- a. Exercise Equipment b. Weight Room c. Various Group Fitness (i.e., Aerobics, Yoga, Zumba, Cycling, Pilates, etc,) d. Shower Facility e. Sauna/Whirlpool f. Access to a Personal Trainer If submitting proposal for a venue that is not owned by your company, an offeror shall submit written evidence that the offeror is currently authorized to submit binding proposals on behalf of the venue whose accommodations are being offered. Please note that if successful the contract shall be awarded to the hotel. d. Part II shall include: The names of two government agencies for which the offeror has provided the same or similar services. In lieu of government agencies, offerors may provide the names of companies for which the offeror has provided the same or similar services. For each agency/company submitted, offerors shall provide the contract number and point of contact information. Point of contact information shall include: -Name of point of contact -Phone number of point of contact -Email address of point of contact If a third party, which for the purpose of this acquisition is defined as a entity proposing the services of a gym/facility that is not its own, the offeror is to provide the past performance information of the gym/facility it is proposing, not of the third party, itself. e. Part III shall include: The quote for each line item to include the option items. 1. Offerors shall fully complete the price schedule for all Contract Line Items and all Optional Contract Line Items associated with this request for quote, and return. 2. Proposals shall be submitted by 19 October 2016 3:00 PM EST to the points of contact listed below. Offerors shall provide a quote using the pricing schedule provided above in this combined synopsis/solicitation. 3. Proposals shall be submitted to Toni Davis via email to: toni.m.davis3.civ@mail.mil or Woodrow Bell via email to: Woodrow. Bell@DSCA.mil. Facsimile submissions will not be accepted. (xvii) 52.212-2 -- Evaluation -- Commercial Items (Jan 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation the most advantageous to the Government, price and other factors is considered. 1. The awardee shall be selected with the use of Lowest Price Technically Acceptable Source Selection Process. 2. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. 3. Tradeoffs are not permitted. 4. Proposals are evaluated for acceptability but not ranked using the non-cost/price factors. 5. Exchanges may occur. 6. Non-cost factors: The non-cost factors are Service and Amenities and Past Performance a. Service and Amenities will evaluate offerors' proposals to address the Government's requirements, to include, but not limited to availability of rooms, five restaurant requirement and airport shuttle service. b. Past Performance will be reviewed to determine relevancy. After a relevancy determination is made, the performance will be evaluated for acceptability. The evaluation ratings will be acceptable or unacceptable.. Cost: Cost will be evaluated as follows: a. The propose prices of all CLINs to be evaluated as part of the price evaluation. b. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (xviii)Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offers are to include a completed copy.) The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (xix)Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition Addendum to FAR 52.212-4. (xx)1. Invoicing WIDE AREA WORK FLOW (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line times (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. WAWF Instructions an interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. THE FOLLOWING CODES AND INFORMATION WILL BE REQUIRED TO ASSURE SUCCESSFUL FLOW OF WAWF DOCUMENTS. CONTRACT NUMBER: To be determined at time of award DUNS CODE: To be determined at time of award ISSUE BY DODAAC: HQ0013 ADMIN BY DODAAC: HQ0013 INSPECT BY DODAAC: HQ0013 ACCEPT BY DODAAC: HQ0013 LOCAL PROCESSING OFFICE DODAAC: HQ0013 PAYMENT OFFICE DODAAC: HQ0792 PAYMENT OFFICE FISCAL STATION CODE: DFAS INDIANAPOLIS (xxii) Clause at FAR 52.212-5(Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil). 52.203-6 ALT1, Restrictions on Subcontracting Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations;52.219.4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-28, Post Award small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 523222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in persons; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/; 52.233-3, Protest after Award; 52.246-4, Inspection of Services-Fixed Price; 52.252-2, Clauses Incorporated by Full Text (website provided by http://farsite.hill.af.mil). (xxiii) The following DFAR clauses apply to this acquisition: DFARS 252.203-7002, Requirement to inform Employee's of Whistleblower Rights; DFARS 252.203-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Alternate A System for Award Management; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items ;252.225-7002, Qualifying Country Sources as Subcontractors; 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Request for Equitable Adjustment. Applicable additional clauses under DFARS 252.212-7001 are as follows: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; Gratuities; DFARS 252.232-7003, Electronic Submissions of Payment Requests; 252.247-7023,Transportation of Supplies by Sea. (xxiv) Other clauses that apply. 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-13 Contractor Code of Business Ethics and Conduct APR 2010 52.204-3 Taxpayer Identification OCT 1998 52.204-7 System for Award Management JUL 2013 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations MAY 2012 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2013 52.217-5 Evaluation Of Options JUL 1990 52.232-23 Assignment Of Claims JAN 1986 52.242-13 Bankruptcy JUL 1995 (xxv)The points of contact (POC) for this acquisition is Toni Davis. The Contracting Officer is Woodrow and can be reached via email at woodrow.w.bell.civ@mail.mil or telephone at (703) 697-8952. Toni Davis can be reached via email at toni.m.davis3.civ@mail.mil or telephone at (703) 697-8940. (xxvi)A detailed requirement description is attached.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ0013-17-Q-0005/listing.html)
 
Place of Performance
Address: Arlington, VA 22202, Arlington, Virginia, 22202, United States
Zip Code: 22202
 
Record
SN04303952-W 20161015/161013234454-facd1ebb7f7c7c1d56f40a18883d8888 (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.