Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2003 FBO #0616
SOLICITATION NOTICE

99 -- USAFA Prep School Personal Trainer/Fitness Instructor

Notice Date
8/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
Reference-Number-F73PLD31810100
 
Response Due
8/19/2003
 
Archive Date
9/3/2003
 
Point of Contact
Will Schlegel, Contract Specialist, Phone 719-333-2933, Fax 719-333-4404, - Russell Jordan, Contracting Officer, Phone (719) 333-4060, Fax (719) 333-9103,
 
E-Mail Address
will.schlegel@usafa.af.mil, russ.jordan@usafa.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6 for commercial items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. This procurement is for the acquisition of a commercial item using simplified procedures in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through FAR Circular 01-14. Solicitation F73PLD31551000 is issued as a Request for Quote (RFQ). This procurement is reserved for Small Business. Women owned and disabled veteran owned small businesses are encouraged to submit quotes. This procurement requirement is in support of the Prep-School Fitness Program. The NAICS Code is 713940 and the Business Size Standard is 500. The contractor must be an organization or individual whose primary occupation or experience is providing Fitness Instruction/Personal Trainer functions. The contractor must provide at a minimum the requirement outlined in the following Statement of Work. 1. Contractor shall at a minimum meet the following baseline requirements: a. Certified Health/Fitness Instructor through the American College of Sports Medicine (ACSM), Certified personal Trainer or Certified Strength and Conditioning Specialist (C.S.C.S.) through the National Strength and Conditioning Association (NSCA). b. CPR/AED and First Aid Certified. 2. Contractor must possess knowledge, skills, abilities and demonstrate proficiency in the following areas for all cadet candidates. a. Must have experience developing individual/group exercise prescriptions (IEP’S) for cadet candidates not meeting USAF Academy Preparatory School fitness requirements for physical aptitude examination and remedial physical conditioning program. b. Must have experience developing off season/in season conditioning programs USAF Academy Preparatory School varsity athletic (basketball, volleyball, track and field, football). c. Develop the academic year cadet candidate physical conditioning (PC) program to include strength and aerobic conditioning. Instruct cadet candidates in proper weight lifting techniques. Monitor and supervise cadet candidates on a daily basis. d. Provide nutritional recommendations for cadet candidates needing assistance with weight management/sport specific enhancement. e. Revise/adjust current strength and conditioning programs to maintain/improve test scores and varsity athlete performance. f. Provide basic health and fitness programs for general conditioning. g. Serve as a Basic Military Training PC Instructor. h. In coordination with the USAF Academy Preparatory School athletic trainers develop rehabilitation programs for cadet candidates. i. Administer Physical aptitude exam. 3. Quality of service shall be measured based on contractors ability to assess, prescribe and instruct physical conditioning programs for the following members: a. USAF Academy Preparatory School cadet candidates deficient in meeting fitness requirements for an Air Force Appointment. b. USAF Academy Preparatory School cadet candidate student athletes in a broad range of sports. c. USAF Academy Preparatory School cadet candidates post-rehabilitation exercise programs in coordination with USAF Academy Preparatory athletic trainers. d. USAF Academy Preparatory School cadet candidates in need of weight loss programs. 4. Contractor shall be prepared to implement individualized programs in accordance with American College of Sports Medicine guidelines for exercise testing and prescription and/or in accordance with National Strength and Conditioning. Programs/services shall include but not be, limited to the following: health risk screening, comprehensive fitness assessments, exercise prescription, weight room supervision, health education and motivation, strength training to include free weights, weight stack machines and calisthenics, flexibility training, cardiovascular training, nutrition counseling, weight loss programs, variety of group exercise classes, spinning and/or aerobics classes. 5. Contractor and all employees or joint venture must fully meet all the qualifications required to perform personal trainer//fitness instructor services. 6. Contractor services for the USAF Academy Preparatory School will be provided from 1200-1730 Monday through Friday 1 Oct 2003 through 15 May 2004. A break in service, then return on 7 July 2004 through 30 September 2004. 7. A separate, individual desk, computer, file cabinet, basic office supplies, and phones and appropriate work area will be provided by the Air Force Academy Base Fitness Center. 8. Contractor will be responsible for following cadet candidate progress in various physical conditioning programs. 9. If contractor fails to comply with contract obligations, the contract will be thoroughly reviewed for possible termination. Price for the contract period of 11 months, 1 October 2003 thru 15 May 2004 and 7 July 2004 through 30 September 04 should be provided: CLIN 0001 Basic Period Quantity __11__ months, Unit price per month __$_______, Extended Amount __$________. Delivery for this requirement is FOB destination. Compliance with all instructions contained in FAR provision 52.212-1, Instruction to Offerors – Commercial Items is required. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and other factors considered. As allowed in FAR 13.106-2(b) (1), the contracting officer may use one or more, but not necessarily all of the evaluation procedures provided in FAR Part 14 or 15. Accordingly, award of a contract will be based on price and technical factors. It is the government’s intent to do proposal evaluation and make award without discussions. However, as allowed in 15.306(d) (1) and (2), discussions may be conducted by the contracting officer in order to maximize the Government’s ability to obtain best value, based on the requirement and evaluation factors set forth in this synopsis/solicitation. The government, therefore, may conduct discussions should the contracting officer determine it necessary. Should a revised proposal be warranted, to clarify and document understandings reached, at the conclusion of any conducted discussions, and opportunity to submit a final proposal revision as allowed in 15.307(b) will be provided. A complete copy of the FAR provisions 52.212-3, FAR provision 52.252-1, Solicitation Provisions Incorporated by Reference, 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items, to include clauses 13,14,15,16,17,18,19,24,29 apply to this acquisition. In addition, the following clauses are included as an addenda: 52.212-4, Contract Terms and Conditions-Commercial Items, 52.232-18, Availability of Funds, The acquisition will occur on or after 1 October 03, Department of Defense FAR Supplement 252.204-7004, Required Central Contractor Registration, and 252.225-7001, Buy American Act and Balance of Payments Program. It should be noted that faxed quotations will be accepted. The faxed quotation can be sent to (719) 333-9103. E-mailed quotes may be sent to will.schlegel@usafa.af.mil. Faxed,mailed or e-mail quotation is to be received at the Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315, no later than 3:00 pm (MDT) on 19 August 2003. You are reminded to refer to FAR 52.212-1, Instructions to Offerors-Commercial Items, regarding Solicitation Amendments. The full text of any solicitation provision or clauses referenced herein may be accessed electronically at: http//farsite.hill.af.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/DRU/10ABWLGC/Reference-Number-F73PLD31810100/listing.html)
 
Place of Performance
Address: USAF Academy, CO
Zip Code: 80840-2315
 
Record
SN00393193-F 20030807/030805223313 (fbodaily.com)
 
Source
FedBizOpps.gov 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.