Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2012 FBO #3837
SOLICITATION NOTICE

99 -- Fitness membership

Notice Date
5/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
N00174 NAVAL SURFACE WARFARE CENTER, MARYLAND 4072 North Jackson Road Suite 132 Indian Head, MD
 
ZIP Code
00000
 
Solicitation Number
N0017412P0054
 
Response Due
6/25/2012
 
Archive Date
7/25/2012
 
Point of Contact
Georgia Warder 301-744-6677 Renee Brown 301-744-6653
 
E-Mail Address
Georgia Warder
(georgia.warder@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis solicitation for a commercial supplies and or services prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. The synopsis is being issued as a limited source requirement offered to other than small businesses. Proposed sources are Sport and Health Club, Pentagon Athletic Cent and L.A. Fitness. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This request for proposal is the only written solicitation, which will be issued, unless amended. The North American Industry Classification System code is 541712 size standard 500 employees. The Offeror shall provide a firm fixed price offer for supplies and services necessary for standard commercial physical fitness facility 12 month gym memberships in accordance with the attached statement of work with the option for two additional 12 month gym memberships to be exercised at the discretion of the government. UNLESS AVAILABLE VIA Online Representations and Certifications Application. THE OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS REFERENCING APPLICABLE NAICS AND SIZE STANDARD STATED ABOVE. FAR 52.212-3, Offeror Representation and Certifications, Commercial Items, FAR 52.222-22 Previous Contracts and Compliance Reports, FAR 52.222-25 Affirmative Action Compliance. The following clauses are also applicable to this requirement: FAR 52.212-2, Evaluation, Commercial Items, applies with paragraph a completed as follows: Award will be made to the offeror that meets the solicitation ™s minimum criteria at the lowest price. The following provisions are also applicable to this requirement: FAR 52.212-4 Contract Terms and Conditions “ Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required Implementing Statutes or Executive Orders “ Commercial Items, with reference to, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.223-9, 52.225-1, 52.225-13 and 52.232-33. 52.212-2, Evaluation-Commercial Items: the evaluation factors are as follows, listed in descending order of importance, unless otherwise stated. Factor 1: Technical Capability Factor 2: Price FACTOR 1: TECHNICAL CAPABILITY The Offeror shall describe, in detail, how it will meet the requirements of the Statement of Work Section three: 3.0 Memberships, 3.1 Facility, and 3.2 Proximity to Duty Location. NO PRICING IS TO BE PROVIDED IN THE TECHNICAL INFORMATION. The Government will determine the Offeror ™s Technical score on an acceptable unacceptable basis. In order for the technical proposal to be considered acceptable it must meet all requirements. FACTOR 2: PRICE Offeror shall provide pricing to include any registration or annual fees. Failure to address any of the instructions within this combined synopsis solicitation may result in a proposal being considered unacceptable. Intent is to award based on initial offers. If considered necessary by the Contracting Officer, discussions will be conducted only with those offerors determined to have a reasonable chance for award after the establishment of a competitive range. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices e.g. on company letterhead, formal quotes form, etc. but must include the following information: 1. Company's complete mailing and remittance addresses, discounts for prompt payment, if any e.g. 1 percent 10 days, ability to meet delivery requirement and unit cost of product. 2. The company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. 3. In addition, for a quote on a comparable commercial item, product literature must be included. 4. To reiterate, all FAR certifications and representations must also accompany the quote unless available on line. Any and all questions must be submitted 5 days before close of solicitation. No questions will be accepted after that time. Responses must be received no later than 1 p.m. EST on 25 June 2012. Provide responses to Georgia Warder, Code A23A, Naval Sea Systems Command, Naval Surface Warfare Center, Indian Head Division NSWC IHD, Procurement Division, 4072 North Jackson Road Suite 118, Code A23AIndian Head, MD 20640-5115. Electronic mail address Contract Administrator ™s Georgia.warder @navy.mil or FAX: 301-744-6670
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N0017412P0054/listing.html)
 
Record
SN02759397-W 20120527/120525235441-24c8585797451b13a245a03ccb5822fa (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.