SOLICITATION NOTICE
U -- AEROBIC INSTRUCTOR - Request for Quote - Performance Work Statement
- Notice Date
- 6/10/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611620
— Sports and Recreation Instruction
- Contracting Office
- Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
- ZIP Code
- 93437-5212
- Solicitation Number
- FA4610-16-T-0011
- Archive Date
- 7/14/2016
- Point of Contact
- virgie b. thompson, Phone: 8056063872, Sandra A Odem, Phone: 805-605-0488
- E-Mail Address
-
virgie.thompson@vandenberg.af.mil, sandra.odem@us.af.mil
(virgie.thompson@vandenberg.af.mil, sandra.odem@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Work Statement dated 6 June 2016 Request for Quote (RFQ) Form This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) FA4610-16-T-0011 Submit written offers IAW CLIN structure provided in the RFQ Template attached to this announcement. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) ( https://www.sam.gov ) in order to be eligible for award. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88 and DFARS DPN 20160510. The applicable North American Industrial Classification Standard (NAICS) is 611620 Sports and Recreation Instruction and the size standard is $7.5M. Purchase Request #: F4D3F16098A001 Project Title : Aerobics Instructor Services •1. Quotes must conform to the CLIN structure provided in the RFQ Template at Attachment 1. •2. Quotes shall be valid through 30 Sep 2016. •3. Please see attached documents for detailed description of requirements. •4. All questions or comments must be provided to the Contract Specialist (CS) in writing via email NLT 16 Jun 2016. Answers will be posted NLT 20 Jun 2016. Telephone and other means of oral communication will not be permitted. •5. Quotes must be sent to Contract Specialist, Virgie Thompson at virgie.thompson@us.af.mil no later than 29 Jun 2016 10:00 AM PST. The contract will be Firm Fixed Price. The period of performance is as follows: Basic Period: 18 Jul 2016 - 17 Jul 2017 Option Year 1: 18 Jul 2017 - 17 Jul 2018 Option Year 2: 18 Jul 2018 - 17 Jul 2019 Option Year 3: 18 Jul 2019 - 17 Jul 2020 6-month extension: 18 Jul 2020 - 17 Jan 2021 The following clauses are incorporated by reference in the final award: 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41 Service Contract Act of 1965 52.222-50 Combat Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.223-5 Pollution Prevention and Right-To-Know Information 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Building, Equipment and Vegetation 52.242-15 Stop-Work Order 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003) (Oct 2015) 252.204-7006 Billing Instructions 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation 2016-O0001) (Oct 2015) 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments The following clauses are incorporated by full text in the final award: 52.212-5 dev. Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Fill-in text: Commercial Items (Deviation 2013-00019) 52.217-8 Option to Extend Services Fill-in text: 30 days 52.217-9 Option to Extend the Term of the Contract Fill-in text: Paragraph a: 30 days (written notice), 60 days (preliminary notice) Paragraph c: four (4) years 52.222-42 Statement of Equivalent Rates for Federal Hires Fill-in text: Employee Class: 28515 / Recreation Specialist Monetary Wage: $21.41 / Fringe Rate: 36.25% 52.252-2 Clauses Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses 252.232-7006 Wide Area Workflow Instructions 5352.201-9101 Ombudsman 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations Fill-in Text: (b): No Additional Items (c): AFI 31-501 5352.242-9001 Common Access Cards (CACs) for Contractor Personnel The following provisions are incorporated by reference in this solicitation : 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.212-1 Instructions to Offerors - Commercial Items Addendum: Offerors must submit all of the following documents with their quote: a. Sample Class Schedule for a one-month period that complies with the Performance Work Statement (PWS), Paragraph 4.2. b. Copy of current primary and current specialty certifications for Indoor Cycling, Cardio Kickboxing and Step, reference PWS, Paragraph 4.2.4. c. Copy of current specialty certifications for Yoga/Pilates, reference PWS, Paragraph 4.2.5. 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Deviation 2016-O0003) (Oct 2015) 252.204-7004 Alternate A, System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Deviation 2016-O0001)(Oct 2015) The following provisions are incorporated by full text in this solicitation: 52.212-2 Evaluation - Commercial Items Fill-in Text: Paragraph (a): Lowest Price Technically Acceptable (LPTA) Technical acceptability will be rated on a pass/fail basis. To be considered technically Acceptable, offerors must receive a rating of "pass" for ALL of the following: a. Sample Class Schedule. The contractor's sample class schedule meets the following requirements in the Performance Work Statement (PWS), Paragraph 4.2: (1) Contractor shall provide instructors for at least 23-25 classes per week. Instructors shall teach approximately 100 classes per month. (2) The contractor shall provide at least 10-15 classes per week with a focus on cardiovascular exercise such as indoor cycling. The contractor shall provide at least 5-10 classes per week focusing on total body conditioning and strength. The contractor shall provide at least 3‑5 classes per week focusing on flexibility such as Yoga/Pilates. (3) The contractor shall be able to provide at least the following classes: Indoor Cycling, Cardio Kickboxing and Step. (4) The contractor shall provide at least two (2) Yoga/Pilates classes per week. (5) Contractor shall schedule instructors to teach at varying days and times. The contractor shall provide classes Monday - Saturday, between the following times of day: 0500-0700, 0900-1100, 1100-1300, 1630-1930. All times are Pacific Standard Time. b. Current primary and specialty certification for Indoor Cycling, Cardio Kickboxing and Step, reference PWS, Paragraph 4.2.4. The certificates submitted by the contractor are current (i.e. not expired and will still be current as of the contract start date). c. Current specialty certifications for Yoga/Pilates, reference PWS, Paragraph 4.2.5. The certificates submitted by the contractor are current (i.e. not expired and will still be current as of the contract start date). 52.212-3, Alt I Representations and Certifications - Commercial Items 52.252-1 Provisions Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-5 Authorized Deviations in Provisions 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2016 Appropriations (Deviation 2016-O0002) (Oct 2015)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/FA4610-16-T-0011/listing.html)
- Place of Performance
- Address: Vandenberg CA, 30 FSS Fitness Center, Vandenberg, California, 93437, United States
- Zip Code: 93437
- Zip Code: 93437
- Record
- SN04145499-W 20160612/160610233852-ed0032d4d5453b9cb396ff07bec8027a (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 |