Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 21, 2014 FBO #4592
SOLICITATION NOTICE

99 -- Gym Memberships in Phoenix AZ

Notice Date
6/19/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
713940 — Fitness and Recreational Sports Centers
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
HSTS07-14-R-00037
 
Archive Date
7/17/2014
 
Point of Contact
Alena B Manzini-Newman, Phone: 609-813-3364
 
E-Mail Address
alena.b.manzini@ole.tsa.dhs.gov
(alena.b.manzini@ole.tsa.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for proposal. Please reference solicitation number HSTS07-14 -R-00037 on all correspondence. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. This solicitation is being issued as Total Small Business Set Aside. The North American Industry Classification System (NAICS) is 713940. This combined solicitation/synopsis is for the purchase of gym membership services on an established Gym Facility in accordance with the following requirements. SECTION B/C SUPPLIES/SERVICES AND PRICES/COST MINIMUM SPECFICIATIONS Applicable taxes and all other charges are included in the price. Information on federal state tax exemptions is available on the Internet at the following site: http://policyworks.gov/org/main/mt/homepage/mtt/perdiem/StTaxexemp.shtml B.1 Contract Type The Government anticipates award of a one (1) six-month period and two (2) six-month Optional Periods FIRM FIXED PRICE, IDIQ contract resulting from this solicitation. Orders will be placed under this contract via funded Modification. B.2 Contract Limitations A. Single Contract Award: one contract will be awarded under Transportation Security Administration Solicitation No. HSTS07-14-R-00037 B.3 Contract Line Items Transportation Security Administration (TSA) has a requirement for Gym Memberships /Passes to gain access to a commercial fitness gym facility within a 10 mile radius from the Phoenix Sky Harbor International Airport, Phoenix AZ 85034-4403; approximately of minimum of 10 and a maximum of 75. SUPPLIES/SERVICES AND PRICES/COSTS Base Period: Six Months CLIN NO. SCHEDULE OF SUPPLIES/SERVICES MIN QTY MAX QTY UNIT PRICE EXTENDED PRICE 001 Gym Memberships 10 75 $ $ Option Period 1: Additional Six Months CLIN NO. SCHEDULE OF SUPPLIES/SERVICES MIN QTY MAX QTY UNIT PRICE EXTENDED PRICE 002 Gym Memberships 10 75 $ $ Option Period 2: Additional Six Months CLIN NO. SCHEDULE OF SUPPLIES/SERVICES MIN QTY MAX QTY UNIT PRICE EXTENDED PRICE 003 Gym Memberships 10 75 $ $ SPECIFICITONS - I. Scope: The following is a set of minimum facility requirements: • The fitness / gym facilities must be within a 10 mile radius of the following point o Phoenix Sky Harbor International Airport, Phoenix, AZ 85034-4403 • Hours of operation must be between 16 hours to 24 hours a day, Monday through Friday and at least 12 hours a day on Saturday and Sunday. • Showers, Locker/Changing rooms for men and women must be available • The following cardiovascular training equipment must be available and in working condition: o Eight (8) Treadmills o Four (4) Bicycles o Four (4) Elliptical and/or Cross Trainer machines • The following Olympic style weight lifting equipment must be available and in working condition: o Squat Rack o Up to 45 pound barbells o Up to 45 pound plates o Dumbbells up to at least 75 pounds o Smith Machine/Cybex/Universal type equipment o Pull up bar • Gym Membership identification cards will NOT reflect any personnel names. If necessary, cards may contain an identification number which corresponds to our internal list. • Release of Information The Contractor shall not disclose, advertise or release information about this solicitation and subcontractors to any individual or organization without prior advance approval in writing from the Contracting Officer. SECTION D - PACKING AND MARKING D-1 PACKAGING AND MARKING REQUIREMENTS All packing and marking of supplies and documents shall be packaged, packed and marked in accordance with commercial practices. SECTION E - INSPECTION AND ACCEPTANCE E.1 52.252-2 CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE This RFP/ or contract, as applicable, incorporates by reference one or more provisions or clauses listed below with the same force and effect as if they were given in full text. Full text of a clause may be accessed electronically at www.acquisitions.gov/far E.2 INSPECTION FAR 52.212-4(a) Contract Terms and Conditions-Commercial Items SECTION F - DELIVERIES OR PERFORMANCE F.1 The following provisions and/or contract clauses pertinent to this Section are hereby incorporated by reference in accordance with Clause 52.252-2, Section E. F-2 The Local Office will pick up the Gym Memberships. F-3 Performance 1. Period of Performance: Base and Option Periods Period of Performance: Services for the base period are expected to commence on or about August 1, 2014 and continue through February 28, 2015. This Contract shall also contain 2 (2) successive option periods to be exercised solely at the Government's discretion as shown below: a. Base Term - August 1, 2014 - February 28, 2015 b. Option Term 1 - March 1, 2015 - May 31, 2015 c. Option Term 2 - June 1, 2015 - August 31, 2015 SECTION G - CONTRACT ADMINISTRATION DATA G-1 52.232-33 ELECTRONIC FUNDS TRANSFER (EFT) PAYMENT - SYSTEM FOR AWARD MANAGEMENT (SAM) G-2 CONTRACT MANAGEMENT Notwithstanding the Contractor's responsibility for total management responsibility during the performance of this contract, the administration of the contract will require maximum coordination between the Transportation Security Administration (TSA) and the Contractor. The following individuals will be the TSA's points of contact during the performance of the contract: 1. CONTRACTING OFFICER (CO): The Contracting Officer is the only person authorized to make any changes, approve any changes in the requirements of this contract, issue orders, obligate funds and authorize the expenditure of funds, and notwithstanding any term contained elsewhere in this contract, such authority remains vested solely in the Contracting Officer. (For further information, the Contracting Officer is a federal government employee who is specifically authorized and appointed in writing under specified agency procedures and granted the authority to enter into, administer, and/or terminate contracts and make related determinations and findings.) In the event, the Contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. The following Primary Contracting Officer is assigned to this contract. Alternate Contracting Officers may be assigned: TSA Contracting Officer: NAME: Michele Reeves PHONE NUMBER: 609.813.3371 EMAIL: Michele.a.reeves@ole.tsa.dhs.gov 2. The Contracting Officer hereby designates the individual(s) named below as the Contracting Officer's Representative(s) COR and Technical Monitor(s) TM. Such designations(s) shall specify the scope and limitations of the authority so delegated. TSA CORs: TBD at the Phoenix Local Office SECTION H - SPECIAL CONTRACT REQUIREMENTS H-1 Other Federal Agency Utilization No other Federal Agencies will be able to utilize this contract. H.2 Release and Dissemination of Information The Contractor shall not publish, permit to be published or distribute for public consumption any information, oral or written, concerning the effort, results or conclusions made pursuant to the performance of this contract with prior written consent of the Contracting Officer. Except as required by law or regulation, the Contractor shall issue no news release, public announcement or advertising material concerning this contract without prior written consent of the CO. Two (2) copies of any material proposed to be published or distributed shall be submitted to the CO for review 30 prior to request date for publication. H.3 Major Breach of Safety or Security (a) Safety is the freedom from those conditions that can cause death, injury, occupational illness, damage to or loss of equipment or property, or damage to the environment. Safety is essential to TSA and compliance with safety standards and practices is a material part of this contract. A major breach of safety may constitute a breach of contract that entitles the Government to exercise any of its rights and remedies applicable to material parts of this agreement, including termination for default. A major breach of safety must be related directly to the work on the agreement. A major breach of safety is an act or omission of the Contractor that consists of an accident, incident, or exposure resulting in a fatality, serious injury, or mission failure; or in damage to equipment or property equal to or greater than $1 million; or in any "willful" or "repeat" violation cited by the Occupational Safety and Health Administration (OSHA) or by a state agency operating under an OSHA approved plan. (b) Security is the condition of safeguarding against espionage, sabotage, crime (including computer crime), or attack. A major breach of security may constitute a breach of contract that entitles the Government to exercise any of its rights and remedies applicable to material parts of this agreement, including termination for default. A major breach of security may occur on or off Government installations, but must be related directly to the work on the agreement. A major breach of security is an act or omission by the Contractor that results in compromise of classified information or sensitive security information or sensitive but unclassified information, including contractor proprietary information, illegal technology transfer, workplace violence resulting in criminal conviction, sabotage, compromise or denial of information technology services, equipment or property damage from vandalism greater than $250,000, or theft greater than $250,000. NOTE: Breach of Security for the purposes of this definition should not be confused with breach of security in screening operations. (c) In the event of a major breach of safety or security, the Contractor shall report the breach to the Contracting Officer. If directed by the Contracting Officer, the Contractor shall conduct its own investigation and report the results to the Government. The Contractor shall cooperate with the Government investigation, if conducted. H.4 Interpretation of Modification No oral statement of any person, and no written statement of anyone other than the Contracting Officer, or the Contracting Officer's designated, authorized representative, acting within the limits of the authority specified in such designation, shall modify or otherwise affect any provision of this Contract. SECTION I - CONTRACT CLAUSES I-1 CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE This screening information request or contract, as applicable, incorporates by reference one or more provisions or clauses with the same force and effect as if they were given full text. Upon request, the Contracting Officer will make full text available, or offerors and contractors may obtain the full text via Internet at: http://www.acquisition.gov/far at the end of the FAR, after the FAR Appendix. 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS 52.232-25 PROMPT PAYMENT 52.233-1 DISPUTES 52.216-2 ECONOMIC PRICE ADJUSTMENT-STANDARD SUPPLIES 52.232.18 AVAILABLITY OF FUNDS 52.232.19 AVAILABLITY OF FUNDS FOR THE NEXT FISCAL YEAR 52.222.50 COMBATING TRAFFICKING IN PERSONS 52.222.3 CONVICT LABOR (JUNE 2003 (EO11755) 52.222-19 CHILD LABOR COOPERATION WITH AUTHORITIES AND REMEDIES (Mar 2012) (E.O. 13126) 52.222.21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) 52.222.26 EQUAL OPPORTUNITY (MAR 2007) (EO 11246) 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (Sep 2010)(38 U.S.C. 4212) 52.222-36 AFFIMATIVE ACTION FOR WORKERS WITH DISABILITES (OCT 2010) (29 U.S.C. 793) 52.222-37 EMPLOYMENT REPORTS ON VETERANS (SEPT 2010) (38 U.S.C. 4212) 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) (EO 13496) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER - SYSTEM FOR AWARD MANAGEMENT (JULY 2012) (31 U.S.C. 3332) 52.222-54 EMPLOYMENT ELIGIBIITY VERIFICATION 52.217-5 EVALUATION OF OPTIONS 52.217-8 OPTION TO EXTEND SERVICES 52.217-9 OPTION TO EXTEND TERM OF THE CONTRACT 52.223-10 WASTE REDUCTION PROGRAM 52.232-1 PAYMENTS SECTION J ATTACHMENTS Not applicable SECTION K REPRESENTATIONS AND CERTIFICATIONS K-1 Authorized Negotiators The offeror represents that the following persons are authorized to negotiate on its behalf with the Government in connection with this request for proposals or quotations: [list names, titles, and telephone numbers of the authorized negotiators]. NAME: TITLE: TELEPHONE NO: K-2 52.212-3 Offeror Representations and Certifications-Commercial Items. The offeror must submit a completed copy of provision 52.212-3. OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (AUG 2013) WITH THEIR QUOTE. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website. SECTION L INSTRUCTIONS TO OFFERORS 52.212-1 Instructions to Offerors-Commercial Items. As prescribed in 12.301(b)(1), insert the following provision: INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JUL 2013) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. L.1 SUBMISSION OF OFFERS As a minimum, the offeror must include the following information with their solicitation package: Offerors must submit a completed copy of provision at FAR 52.22-3, Offeror Representations and Certificates - Commercial Items, (or can be availability electronically in SAM), along with their Quote. The Quote shall be consisted with Section B/C, Schedule of Pricing and a submittal of compliance letter of acknowledge of the facility at minimum from Section B and C. Offers can remit their packages to Alena Manzini either by email: alene.b.manzini@ole.tsa dhs.gov Fax - 609.813.3394 Due by July 2, 2014 at 12:00 pm Eastern Time. Questions concerning this solicitation must be furnished in writing to Alena.B.Manzini@ole.tsa.dhs.gov no later two (2) calendar days before the close of the Request for Quote. SECTION M - EVALUATION 52.212-2 Evaluation-Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. As part of the proposal evaluation process, TSA reserves the right to inspect all proposed sites to ensure to compliance with all requirements set forth above. The following factors shall be used to evaluate offers: • Technical responsiveness to the Government's requirements: The Government will evaluate the offeror's Compliance letter to access the contractor's ability to perform in accordance with the Government's statement of work and the minimum facility requirement. • Price Proposal: Provide the pricing for the base period and the two (2) option periods in the pricing table provide in this solicitation. A RFQ submitted without pricing for a base and two term options will be considered incomplete. The Government intends to evaluate RFQs and award a contract without communications with offerors based on Low Price and Technically Acceptable, expect for clarifications as described in FAR 15.306(a). Therefore, the quoter's initial RFQ should contain the quoter's best terms from a cost or price and technical standpoint. The Government reserves the right to conduct communications if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of RFQs that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of RFQs in the competitive range to be greatest number that will permit an efficient competition among the most highly rated quote. The Government reserves the right not to award a contract in response to this solicitation if it determines that none of the offers received provide the best value to the Government. In such a case, the Government will not be liable for any bid or proposal costs. (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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS07-14-R-00037/listing.html)
 
Place of Performance
Address: 10 miles within Phoenix Sky Harbor International Airport, Phoenix AZ 85034-4403, Phoenix, Arizona, 85034, United States
Zip Code: 85034
 
Record
SN03400267-W 20140621/140619234658-7f8c36ede047dccd8b462ac31022a78d (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.