Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 21, 2025 SAM #8516
SOLICITATION NOTICE

G -- HARB Aerobics Classes BPA

Notice Date
3/19/2025 12:35:47 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611620 — Sports and Recreation Instruction
 
Contracting Office
FA6648 482 LSS LGC HOMESTEAD AFB FL 33039-1299 USA
 
ZIP Code
33039-1299
 
Solicitation Number
FA664825Q0002
 
Response Due
3/25/2025 9:00:00 AM
 
Archive Date
04/09/2025
 
Point of Contact
Felix Espada, Phone: 7864157472, Ryan Coney, Phone: 7864157472
 
E-Mail Address
felix.espada.2@us.af.mil, ryan.coney@us.af.mil
(felix.espada.2@us.af.mil, ryan.coney@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for a commercial service 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA664825Q0002 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2025-03 (17 Jan 2025) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 12182024 (18 Dec 2024). This solicitation is a %100 Total Small Business Set Aside. The North American Industrial Classification System (NAICS) code for this commercial service is 611620; the small business size standard is $9 million. The 482nd AW has a requirement to procure the commercial service listed below. SCHEDULE OF SUPPLIES/SERVICES: The purpose of this Blanket Purchase Agreement (BPA) is for aerobics classes/instructor in accordance with the attached Statement of Work. In accordance with the statement of work, service provider must show that they have the technical capability to perform the needed services, and the ability to be on-site at the air base as required. Attached is a bid schedule that may be used for the quotation. If it is not used, all the required information must still be included in the quotation. The following Federal Acquisition Regulation (FAR) and Defense Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this acquisition and incorporated by reference. These provisions and clauses can be read in full text and accessed electronically at the following website: http://www.acquisition.gov. List of applicable provisions: FAR 52.204-7, System for Award Management FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-17, Ownership or Control of Offeror FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services The evaluation factors that will be used to determine award will be lowest price technically acceptable. The Government will evaluate offers for award purposes by total price for the basic requirement. The Government may determine that an offer is unacceptable if the proposal prices are significantly unbalanced. ADDENDUM to 52.212-2, Evaluation � Commercial Items. The Government will award a firm fixed priced 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. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement; Preferred, qualified instructors who possess, as a minimum, 6 months experience instructing large groups of 20 or more students and have one of the following national certifications, American Council on Exercise (ACE), American College of Sports Medicine (ACSM), Aerobics and Fitness Association of America (AFAA), or the Cooper�s Institute or other valid national specific certifications related to that specific class (ex. JohnnyG spinning cert). In addition, the offeror must have liability insurance for the instructors and will ensure all instructors possess a current Basic Life Savers (BLS) or CPR/AED card. All certifications must be valid prior to instructor beginning classes and must remain in effect throughout their period of employment with the contractor. Fitness Center POC will create a specific schedule for classes. (Your quote package, MUST include spec sheets/information brochures for the products quoted in your package. Information should clearly show and demonstrate your company�s ability to meet the stated requirements of section �(iv) Description of Items to be acquired.� Failure to provide enough information, will result in a determination of quote being unresponsive to the solicitation.) (ii) Price; (use attached price list) This will be awarded to the Lowest Price Technically Acceptable Offeror. In order to be found technically acceptable the quote must demonstrate the contractor�s ability to meet the requirements of the RFQ. It is a pass/fail basis. If a quote fails, it will be determined to be not technically acceptable. Quotes will be looked at from the lowest price. All offers will be evaluated on their proposed Total Price. If the initial lowest price is found to be technically acceptable, award will be made to that vendor. Only one award will be made under this solicitation. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services Offerors must include a completed copy of the provision at FAR Part 52.212-3 or have completed the on-line certification at http://www.sam.gov. FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.225-7000, BUY AMERICAN�BALANCE OF PAYMENTS PROGRAM CERTIFICATE�BASIC FAR 52.252-1, Solicitation Provisions Incorporated by Reference List of applicable clauses: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award FAR 52.204-13, System for Award Management Maintenance FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation FAR 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment or Voluntarily Excluded FAR 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services Class Deviation 2025-O0003 FAR 52.222-3, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-19, Child Labor�Cooperation with Authorities and Remedies FAR 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-41, Service Contract Labor Standards FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.222-50, Combating Trafficking in Persons FAR 52.222-55, Minimum Wages Under Executive Order 13658 FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer FAR 52.232-36, Payment by Third Party FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1, Disputes FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.225-7001, Buy American and Balance of Payments Program - Basic DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions DFARS 252.232-7009, Mandatory Payment by Governmentwide Commercial Purchase Card DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, SUBCONTRACTS FOR COMMERCIAL PRODUCTS OR COMMERCIAL SERVICES AFFARS 5352.201-9101, Ombudsman AFFARS 5352.223-9100, Elimination of Use of Class 1 Ozone Depleting Substances (ODS) AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installations FAR 52.252-2, Clauses Incorporated by Reference Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Offerors are required to provide their Contractor�s UEI Number, Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the System for Award Management (SAM) http://sam.gov. Offerors must have a current SAM record prior to receiving an award for this solicitation. All responsible sources may submit a response which, if received by the closing date listed below, shall be considered by the 482 CONF/PK. All quotes must state at a minimum the unit price. Offerors are responsible for ensuring their quote has been received and is legible. Quote must be received by the 482nd Contracting Office no later than 12:00 p.m. Eastern Standard Time (EST) on 25 March 2025. Please submit quote via email to felix.espada.2@us.af.mil. If you have any questions or require additional information, please contact Contracting Officer Felix Espada at (786) 415-7472 or a secondary point of contact, Contracting Officer Ryan Coney at (786) 415-7272 or ryan.coney@us.af.mil. All questions must be recieved by 4 pm Thursday March 20th 2025. Responses will be posted by 2 pm Friday March 21st 2025. Government�s intent is to award a single Blanket Purchase Agreement (BPA) between the Government and the Contractor, to the lowest price technically acceptable offer. This notice does not obligate the government to award a BPA, nor does it obligate the government to pay for any quotation preparation costs. A Blanket Purchase Agreement (BPA) is a simplified method of filling anticipated repetitive needs for supplies or services by establishing �charge accounts� with qualified sources. It is the Government�s intention to make payment via the Government Purchase Card (GPC)-VISA. Establishment of a BPA with the Government is not a guarantee of any calls being placed, however, it is not the Government�s policy to set up a BPA if it does not intend to use it.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6a15aa3b41fe4117bb59745f7a996288/view)
 
Place of Performance
Address: Homestead, FL 33039, USA
Zip Code: 33039
Country: USA
 
Record
SN07377276-F 20250321/250319230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.