Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2004 FBO #0898
SOLICITATION NOTICE

G -- PHYSICAL FITNESS SERVICE

Notice Date
5/10/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs, AFMLO/VA Special Services, Contracting Officer, 1432 Sultan Street, Suite 200, Frederick, Maryland 21702-5006
 
ZIP Code
21702-5006
 
Solicitation Number
797-FDF3-04-0010
 
Response Due
5/19/2004
 
Archive Date
6/18/2004
 
Point of Contact
Point of Contact - Laurence Bowen, Purchasing Agent, Ph: (301) 619-4069, Fx:(301) 619-3613, Contracting Officer - Laurence Bowen, Purchasing Agent, Ph:(301) 619-4069, Fx:(301) 619-3613
 
E-Mail Address
Email your questions to Laurence Bowen
(laurence.bowen@ft-detrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, Veterans Affairs Special Services (VASS), 1432 Sultan Drive, Suite C, Ft. Detrick, MD 21702-5006, is issuing this combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation 12.6, as supplemented with additional information included in this notice, for Physical Fitness Extension Services. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Request for Proposal number is 797-FDF3-04-0010. The incorporated clauses are those in effect through Federal Acquisition Circular 22. Physical fitness extension services for personnel assigned to the Office of Air Force Surgeon General and associated agencies located at Skyline Complex, Falls Church, Virginia. Air Force personnel are required to maintain specific levels of fitness in order to comply with the Service?s readiness mandate. 1.1. SCOPE OF WORK. In accordance with AFI 10-248, Air Force (AF) personnel are required to maintain specific levels of fitness in order to comply with the Service?s readiness mandate. Contractor-provided facility will enhance combat readiness of active duty (AD) personnel, and improve personal health and well-being of AD assigned at this location. Contractor shall provide services, materials, facilities, and equipment for routine physical fitness activities to support up to 80 military personnel assigned to the offices of the AF Surgeon General (SG) at this location. 1.1.1 Performance shall be according to requirements contained in this performance work statement (PWS). 1.1.2 Memberships shall belong to the office described in paragraph 1.1. Initiation fees and AF/SG portion of monthly payments will be paid on a monthly basis. AD members assigned to this office/location shall be responsible for individually paying their co-pay to the contractor. Neither the offices of the AF/SG nor any other Government entity shall be liable for any portion of the individual?s co-payment at any time. 1.2. PERSONNEL: Contractor shall provide point of contact (POC) that shall be responsible for performance of work. Information will include phone number, cell phone, email, work address. Contractor POC shall have full authority to act for Contractor on all matters relating to daily operation of this contract. The offices of the AF/SG shall appoint a Contracting Officer?s Representative (COR). Information will include phone number, cell phone, email, work address. COR shall have authority to represent Contracting Officer (CO) on all matters relating to daily operation of this contract. COR shall communicate with CO on all issues regarding performance and compliance with this contract; COR is not warranted to obligate the government. Contractor?s POC and COR shall be designated in writing per CO?s prescribed format before the contract start date. 1.2. SPECIFIC TASKS 1.2.1. Individual identification cards will be issued to AD members at no cost to the Government. AD member will present card for access to the Contractor?s facility. COR will verify each individual?s eligibility, will grant authority to use this agreement, will coordinate and control memberships with the Contractor. COR will identify new and departing members to Contractor for issuance or retrieval of identification cards. 1.2.2. Agreement covers 80 active full-time memberships. Should this number increase or decrease, the Contractor and the Government as mutually agreeable will appropriately adjust the amount. If amount of members goes below 80, the unused memberships will be inactive yet still available for new AF/SG members. 1.2.3. The offices of the AF/SG at this location shall have the right to transfer memberships from person to person at will, provided that individual assuming the membership makes the requisite co-payment, and COR identifies them as indicated in paragraph 1.2.1. In the event that AD member transfers during the period of this agreement, Contractor will retain member?s co-payments for the quarter in which the member departs, but will refund balance for any remaining whole quarters. 1.2.4. In addition to AD memberships, AD members in temporarily assigned status to the offices of the AF/SG at this location will receive five complimentary daily guest passes per month at the control of the Contractor. If additional temporary usage is necessary in a given month, standard usage charges will be applied and billed as a separate line item on the monthly invoice submitted to the Government. 1.2.5. Contractor will provide a monthly member usage report to COR. This report will include times and days when AD members access contractor facilities, complete with the total number of AD members accessing contractor?s facilities for the period. 1.2.6. Contractor shall provide and maintain appropriate equipment, facilities and programs to support physical fitness goals for each member under this contract. Contractor shall provide weight machines, free weights, indoor track, indoor lap pool, locker rooms, weight management courses, aerobic/conditioning classes. 1.3. PROCEDURE GUIDANCE. Contractor shall provide facilities? procedural guidance and membership information to AD members and COR. New procedures shall not be introduced without prior notice to, and approval of, COR and CO. 1.4 DELIVERIES/PERFORMANCE: 1.4.1 PLACE OF PERFORMANCE. Contractor shall provide facility within 4 miles of the AF/SG offices located at Skyline Complex, Leesburg Pike, Falls Church, VA. 1.4.2. PERIOD OF PERFORMANCE. Period of performance for this task shall be for one base year period starting June 1, 2004 and ending May 31, 2005, and four (4) option years. Exercise of the option is solely at the discretion of the Government. 1.4.3. DELIVERABLE/DELIVERY SCHEDULE: Monthly Utilization Report. One electronic copy and one hard copy provided to the COR. All deliverables shall be submitted to the following: Name/Title: Address: Phone Number: Fax Number: Email Address: 1.4.5 METHOD OF DELIVERY. All deliverables shall be made in both hard copy and electronic format. All deliverables shall consist of one (1) hard copy to CO and a minimum of one (1) electronic copy to COR. Electronic copies shall be delivered in a format compatible with MS Office 97 applications. 1.4.6 INSPECTION AND ACCEPTANCE CRITERIA. COR is responsible for acceptance and inspection of all incoming documents. 1.4.7 OTHER TERMS, CONDITIONS, AND PROVISIONS: 1.4.7.1 FACILITY ACCESS TIMES. Contractor shall provide access to its facilities for AD member?s ability to use during their normal duty day / No more than 1 instance of no-notice change of operating hours per month; Submits monthly invoices by NLT 5th day of each month / no more than 1 instance of a missed suspense; Maintain member privacy/confidentiality / Zero breaches of privacy (May exceed by actively protecting members information); Submits monthly member usage report NLT 5th day of the following month / No more than 1 instance of a missed suspense; Submits any changes in location procedures at lease 30 days in advance to the Government / No more than 1 instance of missed notification per quarter; Maintains clean and safe environment, including equipment and shower facilities / No more than 3 valid complaints per quarter; Maintains professional manner and displays positive/cooperative attitude / No more than 2 valid complaints per quarter. 2.1. COR will accomplish quality assurance by periodically evaluating Contractor?s performance through inspections of reports and review of all complaints from AD members. CO shall make final determination of validity of customer complaint(s). 2.2. If services do not conform to contract requirements, CO may require Contractor to correct situation to conform to contract requirements, at no increase in contract amount. CO will determine appropriate action for defects in service that are not corrected. Contractor?s proposal must be submitted by 4:30 PM local time, May 19, 2004. Price proposal shall be in the format of the contractor?s choosing. Contractor?s Price Proposal shall include, but not limited to: a. Full Fitness Membership for 80 personnel, b. New Member Initiation Fee. Contractor must submit proposals for each performance period. The time period will begin from Base Year starting June 1, 2004 and end May 31, 2004, with four (4) option periods of 1 year each. Exercise of the option is solely at the discretion of the Government. Offerors are notified that final prices agreed to will be paid in part by Office of Air Force Surgeon General (SG) Personnel. The amount of the SG Personnel portion will be determined prior to award. Any contract(s) awarded as a result of this notice will be for the Government?s portion of the monthly fee. The contractor will bill individuals for their portion of the monthly payment. The award document(s) shall include unit prices and total prices, which exclude the individual?s portion. Charges in excess of basic membership, such as locker fees, are the responsibility of the SG Personnel. Offerors are reminded that the Government?s portion of this requirement is tax exempt. Offerors shall submit pricing, which evidences proposed pricing does not include tax. This self-certification shall specifically reference the percentage of tax not charged. The Government at time of award will furnish a tax exempt certificate. The employee portion, to be paid directly to the contractor, will include tax at the current assessment rate. The contract will be awarded using the ?Best Value Method? where Technical is more important that Past Performance and Price and Past Performance is more important than Price. Technical capability and Past Performance, when combined, are significantly more important than price. TECHNICAL PROPOSAL: Offeror shall describe their technical approach to fulfilling agency requirements in accordance with this combined Solicitation/Synopsis. PAST PERFORMANCE: The offeror shall provide three (3) references with the name, address, telephone number, and contact person of similar work performed in the past three year. Government references are desired, but not required. PRICE: The Government requests the contractor to price the deliverable separately, utilizing the format of the contractor?s choosing. The following FAR Clauses are applicable to this solicitation: 52.212-1, Instructions to Offerors ? Commercial; 52.212-1 Instruction to Offerors ? Commercial; 52.212-2, Evaluation ? Commercial Items; 52.212-3, Offeror Representations and Certifications ? Commercial Items; 52.215-34, Evaluation of Offers for Multiple Awards; 52.217-5, Evaluation of Options; and 52.232-18 Availability of Funds, 52.217-8 Option to Extend Services, 52.217-9, Option to Extend the Terms of the Contract. Mail three copies of your proposal to: AFMSA/VA Special Services, 1432 Sultan Drive, Ft. Detrick, MD, ATTN: Mr. N. Dale Wakefield, Jr. (301) 619-7098, or e-mail to norman.wakefield@ft-detrick.af.mil. All responses must be received by 4:30 PM, EDT, May 19, 2004.
 
Web Link
RFP 797-FDF3-04-0010
(http://www.bos.oamm.va.gov/solicitation?number=797-FDF3-04-0010)
 
Place of Performance
Address: FALLS CHURCH VA
Zip Code: 22041
Country: United States
 
Record
SN00583084-W 20040512/040510211841 (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.