Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2007 FBO #2008
SOLICITATION NOTICE

M -- Oversight and Instruction for Region 8 Fitness Center

Notice Date
5/25/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Superfund Acquisition & Assistance Section, 999 18th St (Suite 500), Denver, CO 80202
 
ZIP Code
80202
 
Solicitation Number
RFQ-CO-07-00011
 
Response Due
6/4/2007
 
Archive Date
7/4/2007
 
Description
NAICS Code: 713940 DESCRIPTION: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, and Subpart 13.106 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) This solicitation number is RFQ-CO-07-00011 and is being issued as a Request For Quote. (iii) The solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2005-16. (iv) This requirement is set-aside for a Service Disabled Veteran Owned Business (SDVOB) under NAICS code 713940. The size standard is $5 million. (v) Contract Line Items (CLIN): CLIN 1. Region VIII Fitness Center Oversight and Instruction, Base Period, One (1) year - June 11, 2007 - June 10, 2008. CLIN 2. Region VIII Fitness Center Oversight and Instruction, Option Period 1, One (1) year - June 11, 2008 - June 10, 2009. CLIN 3. Region VIII Fitness Center Oversight and Instruction, Option Period 2, One (1) year - June 11, 2009 - June 10, 2010. CLIN 4. Region VIII Fitness Center Oversight and Instruction, Option Period 3, One (1) year - June 11, 2010 - June 10, 2011. CLIN 5. Region VIII Fitness Center Oversight and Instruction, Option Period 4, One (1) year - June 11, 2011 - June 10, 2012. (vi) EPA, Region VIII requires support for the: Oversight of the Region VIII Fitness Center Operations and Various Aerobic Instruction. It is anticipated that the period of performance for this requirement will be for one (1) base year with four (4) one year options. 1. Scope/Background: Requirement: Twelve (12) months of management, oversight, and instruction service, to include one certified individual to provide oversight and instruction in the machine equipment area between the hours of 11-1 Monday through Thursday, and an additional certified instructor to conduct eight (8) classes of a 45-minute duration per week, Monday through Friday, between the hours of 11:15am and 12:45pm. No classes or oversight will be needed on weekends or during Federal Holidays (see attached list). Under 5 U.S.C. 7901, agencies may establish, within the appropriation limits available, health services programs to promote the physical and mental fitness of employees. In conjunction with the opening of the new building, EPA has opened a new fitness center for employee use, which has resulted in the addition of many new members. In accordance with OPM Guidelines, to reduce the chance of injury and the risk of accidents, it is necessary to provide adequate supervision and proper facility and equipment upkeep. To meet this requirement, properly trained and certified staff is required to provide oversight, orientation, training, and instruction in both the weight training/aerobic machine area as well as on the aerobic/exercise floor area. Contractors are required to follow the Agency Personal Identity Verification Procedures for Contractor Personnel. Please contact Clyde LoSasso at 303-312-6527 to receive the Statement of Work attachment regarding this requirement. 2. Task Description: 1) Provide a fitness facility orientation and give detailed instructions on how to safely use the facility and equipment to new members, as well as ongoing support to existing members in providing instruction on safe and effective exercise techniques. 2) Conduct a daily inspection for equipment condition and operability, and conduct minor maintenance repair of the fitness facility and equipment (not to include parts or the performance of any work typically reserved for technicians). Identify, and remove from service (using signage) as necessary, any broken or unsafe or inoperable equipment, and provide daily reporting of such equipment to the Infrastructure Program Office. 3) Conduct group classes covering a range of high and low impact exercises classes per week, with instruction and classes tailored to the fitness levels of the participants. Classes will be conducted by one or more individuals with certification(s) in fitness class instruction and include eight (8) 45-minute duration classes per week, including 2 Yoga classes. Classes will be conducted between the hours of 11:15am and 12:45pm, and a maximum of 1 class can be held on Friday, not to include Yoga. A class schedule will be developed with the concurrence of an Infrastructure Program Office representative and should be available at least one week prior to the scheduled class dates. Any missed classes, should be rescheduled as soon as possible, and may include conducting a second class on Friday, if needed. 3. Deliverables and Milestones: 1) Facility inspection, with minor maintenance and repairs. Daily reporting of the inspection and findings will be noted in a log maintained in the EPA Fitness. When any broken, unsafe or inoperable equipment is noted, a Notice of Equipment Maintenance will be provided to the Infrastructure Program Office. 2) Recorded number of orientations or individual fitness center instructions provided are to be reported to the Infrastructure Program Office representative on a monthly basis. 3) Post a weekly class schedule at least one week in advance, with the original schedule, and any changes, receiving the concurrence of an Infrastructure Program Office Representative. 4) Contractor will provide a list of current certifications their instructors have achieved or maintain to the Infrastructure Program Office. 4. Acceptance Criteria " The daily log of equipment status will be completed by the close of business each day. " Any inoperable or defective equipment will be reported to the Infrastructure Program Office within the same day it is noted. " Class schedules will be provided one-week in advance of any changes. " The monthly report of Fitness Center Orientations and Instructions sessions will be provided in a timely manner. " Staffing for classes and instructional services will be provided during the times and in the manner set forth in the previous sections. List of Federal Holidays (2007-2008) Federal Legal Holidays 2007 o July 4, 2007: Independence Day o September 3, 2007: Labor Day o October 8, 2007: Columbus Day (observed) o November 11, 2007: Veterans' Day o November 22, 2007: Thanksgiving Day o December 25, 2007: Christmas Day Federal Legal Holidays 2008 o January 1, 2008: New Year's Day o January 21, 2008: Martin Luther King Day o February 18, 2008: Presidents Day (observed) o May 26, 2008: Memorial Day (observed) o July 4, 2008: Independence Day o September 1, 2008: Labor Day o October 13, 2008: Columbus Day (observed) o November 11, 2008: Veterans' Day o November 27, 2008: Thanksgiving Day o December 25, 2008: Christmas Day (vii) Services are to be performed and accepted on site at the Region VIII Fitness Center located at 1595 Wynkoop St., Denver, Colorado, 80202. See paragraph (v) of this description for the dates services are required. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commericial Items, applies to this acquisition. (ix) Basis for Award: The Government will award to the responsive, responsible SDVOB whose quotation is most advantageous to the Government, price and other factors considered. This is a "best-value" procurement. The Government will evaluate offers for award purposes by adding the total price for all options periods to the total price for the base period. 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). Contractors should respond with their best competitive quotation, as it is anticipated that an order will be issued without further discussion. Evaluation criteria are as follows: " Qualification/Certification of instructors " Ability to access qualified/certified staff in various instructional areas " Past performance " Price Contractors are reminded that award can only be made to a contractor who is registered in the Central Contractor Registration (CCR) data base. Contractors responding to this RFQ shall submit a detailed project plan (not to exceed 8 pages) describing their ability to satisfy the requirement as set forth in the Statement of Work. Additionally, the contractor shall identify up to two contracts, which it has recently performed (within the last 3 years), or is currently performing, that are similar in scope for services of this magnitude and complexity. The offeror shall provide the following information with respect to each of these contracts: " Contract number, contract type and dollar value " Date of contract award and period of performance " Name, address, and telephone no. of all applicable contract points of contact " Brief description of contract work, scope, and responsibilities In addition, offerors will submit one (1) electronic copy of their Quotations which shall include the following: " Project Plan (no more that 8 pages) " Past Experience - up to two (2) contracts the offeror has recently performed (within last 3 years) including a brief description of contract work, scope, and responsibilities " Pricing Information - the offeror shall provide a fixed price quotation to address the requirements of the Statement of Work for each of the Contract Line Items Numbers (CLIN) " A completed FAR 52.212-3 (x) Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quotation. (xi) FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this solicitation. The following clauses are added to this solicitation as an addenda to 52.212-4: 52.204-9, Personal Identity Verification of Contractor Personnel; 52.232-19, Availability of Funds for the Next Fiscal Year. The aforementioned provision and clauses can be accessed electronically at http://www.arnet.gov/far. 52.217-8 Option to Extend Services. As prescribed in 17.208(f), insert a clause substantially the same as the following: 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 60 days. 52.217-9, Option to Extend the Term of the Contract. As prescribed in 17.208(g), insert a clause substantially the same as the following: 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 _30 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 5 years. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; 52.519-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36,Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues of Fees; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (see Dept. of Labor Wage Determination No - 05-208 REV (02) Occupation Code 28515, Recreation Specialist); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The aforementioned provision and clauses can be accessed electronically at http://www.arnet.gov/far. (xiii) There are no additional contract terms, conditions, and clauses that apply to this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this solicitation. (xv) The numbered note(s) which apply to this solicitation are as follows: 29 - The proposed contract is set-aside for Service-Disabled Veteran-Owned small business concerns. Offers from other than Service-Disabled Veteran-Owned small business concerns will not be considered. (xvi) Responses to this RFQ are due by June 4, 2007, 4:30 PM MST, to Clyde LoSasso at e-mail address losasso.clyde@epa.gov. (xvii) All questions concerning this RFQ must be submitted via e-mail to losasso.clyde@epa.gov within six (6) days of posting. Clyde LoSasso is the point of contact for this acquisition; he can be contacted at 303-312-6527.
 
Record
SN01303767-W 20070527/070525221904 (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.