SOLICITATION NOTICE
G -- Fitness Center Memberships for DFAS Indianapolis Employees
- Notice Date
- 8/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- 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
- NOHXH3RA010
- Archive Date
- 8/31/2012
- Point of Contact
- Teresa Knotts, Phone: 614-693-1974
- E-Mail Address
-
teresa.knotts@dfas.mil
(teresa.knotts@dfas.mil)
- Small Business Set-Aside
- N/A
- 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. The solicitation number is NOHXH3RA010 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-60, effective July 26, 2012. The Government intends to include the FAR, DFARS, and DFAS clauses and provisions listed in this solicitation, to include any addenda, either by reference or in full text in the resulting award and are not all inclusive. The FAR and DFARS clauses may be accessed in full text at http://farsite.hill.af.mil/. This requirement is unrestricted in regard to business size. The associated NAICS code is 713940, Fitness and Recreational Sports Centers, and the small business size standard is $7.0M. Contract line items, quantities, and units of measure Base Year - CLIN 0001 - 12 Months 1st Option Year - CLIN 0002 - 12 Months 2nd Option Year - CLIN 0003 - 12 Months Description Statement of Work Memberships for Full Service Physical Fitness Facilities July 26, 2012 REQUIREMENT: The contract shall provide full service physical fitness facilities for civilian personnel assigned and working in the Emmett J. Bean Federal Center, Indianapolis, IN 46249. SCOPE: The Government anticipates purchasing: 350 Corporate Memberships for DFAS Indianapolis Civilian Personnel. Memberships are discounted 15%-30% from the standard open market membership fee. Memberships can be used by DFAS civilians at contractor facilities throughout the United States. SPECIFICATIONS: The contractor shall provide: Access to physical fitness facilities, qualified instructors, formal health programs, and services. Access to the physical fitness facility will be through individual membership cards issued by the fitness facility personnel. Privileges of a regular membership to include unlimited access at any of the contractors' facility locations. Services to include, but not be limited to, use of an indoor gymnasium, community center or recreation center complex with indoor swimming pool, cardiovascular equipment, stationary and free weights, workout room, shower and secured locker facilities. Facility to be available for use at a minimum from 5:30 A.M. until 9:00 P.M. Monday through Friday and 12:00 P.M. to 5:00 P.M. Saturday and Sunday. Health, wellness and educational programs, to include, free wellness coaching assistance, youth leagues, personal fitness evaluations, weight management are offered for an additional fee. Wellness programs to be conducted by instructors with current certification from either American College of Sports Medicine, American Council on Exercise, YMCA or National Commission for Health Education Credentialing. The primary facility is within reasonable walking distance of the Emmett J. Bean Federal Center, 8899 East 56th Street, Indianapolis, IN 46249, so the facility can be easily accessed by employees before and after duty hours or during the normal business day for those individuals who opt to use the facility during flex hours; i.e. lunch hour. Validate that the civilian employees are enrolled in the DFAS wellness program prior to issuing a fitness club corporate membership card. Upon request a compiled report by employee name of fitness facility usage. INVOICING INFORMATION: The payment on invoices will be made only for the actual number of memberships used per month - this includes the use of other network fitness facilities. Monthly invoices for the agency portion of the civilian corporate memberships shall be submitted to the COR (Michael Hoyt) 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 DFARS 252.232-7006). When the 2-in-1 or Combo invoice is received by the COR via WAWF, the COR 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. Direct billing to the civilian employee for their balance of the corporate membership costs. The Government retains the right to discount their portion of the civilian employee membership at 15% and 30% and to terminate the membership when utilization drops below an average of eight visits per month for a period of two consecutive months. This will be tracked and measured by the Government. APPLICABLE REGULATIONS AND DOCUMENTS: The following references pertain to the physical fitness requirements and guidelines: 1. DoD Directive 1010.10. 2. Health Promotion and the American College of Sports Medicine Guidelines (ACSM) for Exercise Testing and Prescription. LENGTH OF CONTRACT: The period of performance will be October 1, 2012 through September 30, 2013 and will include two one-year option periods. POINTS OF CONTACT: Defense Finance and Accounting Service (DFAS) ATTN: Sharon Johnson (DFAS-HIG/IN) 8899 East 56th Street Indianapolis, IN 46249 Telephone: Sharon Johnson at (317) 212-4526 Michael Hoyt at (317) 212-3791 End of Statement of Work Performance Periods The period of performance will be October 1, 2012 through September 30, 2013. The resulting award will include two one-year option periods that may be exercised at the discretion of the Government. Place of Performance (Requiring Activity) The requirement to be provided is for Defense Finance and Accounting Service (DFAS), 8899 East 56th Street, Indianapolis, IN 46249. Inspection and Acceptance Terms F.O.B. destination with inspection at destination, inspection by Government, acceptance at destination, and acceptance by Government. The provision of 52.212-1, Instruction to Offers - Commercial, applies to this acquisition. Evaluation Procedures The factor used to evaluate quotes in conjunction with the requirements of the statement of work will be price. Options will be evaluated at time of award. The Government will evaluate quotes for award purposes by adding the total price for all option years to the total price for the basic year. Evaluation of options will not obligate the Government to exercise the option(s). A single award will be made to the responsible vendor whose quote conforms to the combined/synopsis solicitation and is most advantageous to the Government. Additional clauses, terms and conditions that apply to this acquisition Quoters are encouraged to complete their representations and certifications online at https://www.sam.gov/portal/public/SAM/. Otherwise, quoters are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their proposal. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation), applies to this acquisition. 52.204-7, Central Contractor Registration (Feb 2012) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) 52.209-2, Prohibition on Contracting With Inverted Domestic Corporations - Representation (Jul 2009) 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (May 2012) 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offers in U.S. Currency (Apr 1991) 52.217-5, Evaluation of Options (Jul 1990) 52.219-8, Utilization of Small Business Concerns (May 2004) 52.219-28, Post-Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222.26, Equal Opportunity (Mar 2007) 52.222.35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers With Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (Sep 2010) 52.222.50, Combating Trafficking in Persons (Feb 2009) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-25, Prohibition on Contracting With Entities Engaging in Sanctioned Activities Relating to Iran Representation and Certification (Nov 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.237-3, Continuity of Services (Jan 1991) 52.242-15, Stop-Work Order (Aug 1989) 52.247-34, F.O.B. Destination (Nov 1991) 52.253-1, Computer Generated Forms (Jan 1991) 252.201-7000, Contracting Officer's Representative (Dec 1991) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Jan 2009) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003, Control Of Government Personnel Work Product (Apr 1992) 252.204-7004 Alt A, Central Contractor Registration Alternate A (Sep 2007) 252.204-7006, Billing Instructions (Oct 2005) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) (Dec 2010) 252.225-7001, Buy American and Balance of Payments Program (Jun 2012) 252.225-7002, Qualifying Country Sources as Subcontractors (Jun 2012 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252,232-7010, Levies On Contract Payments (Dec 2006) 252.233-7001, Choice of Law (Overseas) Jun 1997) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.247-7023, Transportation of Supplies by Sea (May 2002) 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 14 days before expiration of the order/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 three 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) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of provision) 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of clause) 52.252-5 Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) 52.252-6 Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.232-7006 Wide Area Workflow Payment Instructions (Jun 2012) (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 Central Contractor Registration 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). Invoice 2-in-1 (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. 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) ------------------------------------------------------------------------ To be furnished at time of award (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. To be furnished at time of award (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. To be furnished at time of award (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 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) 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) Payment: Reference clauses 52.232-33, 252.232-7003, and 252.232-7006. CCR: Ensure that you provide your cage code and company name when responding. Note that in order to do business with the Government, companies must be registered. You also 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/. Quoter Information: The following information must be included with your quote. Cage Code Company Name Point of Contact Telephone Number Email Address DUNS Number TIN (Taxpayer Identification Number) Business Size/Classification (Applicable NAICS is 713940) Date Quotes are due August 16, 2012 at 2:00 P.M. EST. Point of Contact (POC): Teresa Knotts Defense Finance and Accounting Service (DFAS) Contract Services Directorate 3990 East Broad Street Building 21 2B218 Columbus, OH 43213-1152 Telephone: (614) 701-2767 Facsimile: (614) 701-2918 Email: teresa.knotts@dfas.mil Facsimile and e-mail quotes are acceptable and preferred. You are encouraged to ensure that quotes are received by the POC. Furnish quotes to the POC on or before the closing time listed in this combined synopsis/solicitation. All responsible sources may submit a quote which shall be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DFAS/Columbus/NOHXH3RA010/listing.html)
- Place of Performance
- Address: 8899 East 56th Street, Indianapolis, Indiana, 46249, United States
- Zip Code: 46249
- Zip Code: 46249
- Record
- SN02829485-W 20120809/120808000037-272977a76ab6d272e2ae9322d86998a3 (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 |