Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2005 FBO #1362
SOLICITATION NOTICE

R -- OPERATION OF WELLNESS/FITNESS PROGRAM AT NIOSH facility, Pittsburgh, PA

Notice Date
8/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
713940 — Fitness and Recreational Sports Centers
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Acquisition and Assistance Field Branch (Morgantown), 1095 Willowdale Road, Morgantown, WV, 26505
 
ZIP Code
26505
 
Solicitation Number
2005-A-08121
 
Response Due
8/26/2005
 
Archive Date
9/10/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is being issued as a small business set-aside as Request for Quotation No. 2005-Q-08121. The NAICS is 713940 with a size standard of $6.0 million. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. The NIOSH facility in Pittsburgh, PA has a requirement for a contractor to operate their wellness/fitness program. All work shall be performaned in accordance with the Statement of Work. 0001 Operation of Wellness/Fitness Center at the Pittsburgh NIOSH facility, 626 Cochran?s Mill Road, Pittsburgh, PA, beginning September 25, 2005 through Sept. 24, 2006, in accordance with the Statement of Work 12 MONTHS. STATEMENT OF WORK FOR THE WELLNESS AND FITNESS CENTER 1.0 OBJECTIVES 1.1 The primary functions of a Wellness and Fitness Program are to improve the overall wellness of government employees through increased cardiovascular conditioning, muscular strength, endurance and flexibility, positive lifestyle changes, and to provide the opportunity, motivation and tools for self-improvement. 2.0 SCOPE 2.1 The contractor shall provide for the operation of the Wellness and Fitness Center and the programs to be conducted at the Center. The Center is located on the Bruceton Research Center, Bruceton (Pittsburgh) PA. Although the Center is open to personnel 7 days a week, the Center will only be staffed Monday through Friday, approximately 8 hours per day. 2.2 A project officer will have oversight of all aspects of this contract. 3.0 TASKS 3.1 The Contractor shall perform the following: 3.1.1 Participate with the project officer, or designee(s) to design and implement innovative and creative health programs to support positive lifestyle changes. 3.1.2 Continually assess the suitability of fitness equipment for changing program goals and employee usage. Evaluate new equipment and make recommendations for replacement of older equipment. Supplies and materials are to be purchased as needed. Project officer must approve all equipment purchases. 3.1.3 Conduct surveys regarding various programs to determine the value of the program. Provide feedback to participants and customers. 3.1.4 Conduct group aerobic, exercise or other classes as determined by employee interest. 3.1.5 Assure regular preventative maintenance and cleaning of exercise equipment, such as lubrication, adjustment, and other required measures in accordance with the manufacturer?s recommendations. Establish a maintenance contract with a reputable contractor. 3.1.6 Provide instructor(s) to guide and control equipment and facility utilization during specified available hours of operation to assure correct and safe usage. 3.1.7 Develop and conduct group exercise programs consistent with employee and program objectives. 3.1.8 Promote facility utilization through various media. Suggested sources are LAN messages, bulletin boards, presentations, posters and articles in various site newsletters. 3.1.9 Obtain pre-exercise and new program screening measures and data on participants at the request of the employee. 3.1.10 Provide quarterly report with breakdown of time utilized for facility operation, programs, screening/re-screening participants and administrative duties. 3.1.11 Develop and present educational, fitness, and nutritional wellness seminars. 3.1.12 Balance the scheduling of programs with interested parties. 4.0 ITEMS FURNISHED BY GOVERNMENT The Wellness and Fitness Center is comprised of three rooms: a ? basketball court, a spinning room, and an aerobic and a weight/exercise room. Men and women?s lockers, saunas, and showers are available. The Government shall: 4.1 Furnish office space and storage for the Contractor?s use. 4.2 Furnish the funding for all exercise equipment, books, video and audio tapes, and a computer for the Center. 4.3 Be responsible for obtaining the manufacturer?s recommendations pertaining to the use and maintenance of equipment. This information shall be maintained by the Contractor. 4.4 Furnish janitorial services, maintenance, and utilities to clean and service the area excluding equipment. 4.5 Government furnished material is accountable. The Contractor shall return all material and records received or collected during the contract period. 4.6 Furnish all expendable office supplies. 4.7 The following is a comprehensive list of equipment already on-site at the Center: 5 treadmills; 4 exercise bikes; 2 steppers; 2 body arc?s; circuit machines; adjustable steps for aerobics; dumbbell sets and racks; weighted exercise bars; exercise mats; and other miscellaneous equipment. 5.0 MINIMUM QUALIFICATIONS 5.1 Contractor on site shall have: 5.1.1 CPR/AED certification for all contract employees. 5.1.2 Minimum of five years experience with adult population exercise groups. Experience must include development and operation of aerobic and cardiovascular conditioning fitness programs. The programs should include aerobic exercising, equipment exercising, individual group structured exercise programs, and rehabilitative exercise programs. 5.1.3 Experience working with all Cybex exercise machines. 5.1.4 Certification by the Aerobics and Fitness Association of America (AFAA), Mad Dogg Athletics, and National Council of Sports Medicine. Must be member of National Board of Fitness Examiners. 5.1.5 Minimum of $1,000,000 liability insurance. 6.0 COMPENSATION AND PAYMENT 6.1 Full compensation and payment will be made for all services and/or materials furnished under this contract. 6.2 The rates specified in 6.1 are fully burdened and include all elements of profit, overhead, wages, fringe benefits, materials, supplies, insurance, licenses, permits, costs, and taxes of whatever kind applicable to the services and shall constitute full and complete payment for all work specified. 6.3 Payment will be made for service accomplished during the previous month, within 15 days of receipt of the contractor?s properly executed invoice. FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) (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. Offerors must meet minimum qualifications in addition to the following factors which shall be used to evaluate offers: Criterion 1 ? Knowledge of Employee Wellness and Fitness Programs Criterion 2 ? Understanding of the Statement of Work Criterion 3 ? Methodology and Novelty of Approach Criterion 4 ? Qualifications and Relative Experience of Key Personnel and Other Personnel Resources Criterion 5 ? Feasibility and Practicality of Proposal Criterion 6 ? Capability, Responsibility, and Past Performance in Similar Projects Criteria are listed in descending order of importance. Technical and past performance, when combined, are equal in importance. Technical is more important than cost. (b) 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. (End of Provision) The Simplified Acquisition procedures of FAR Parts 12 and 13 apply. The relative importance of cost is secondary to the technical proposal. The Government intends to award a commercial order resulting from this solicitation to the responsible offeror whose quote conforming to this solicitation is considered most advantageous to the Government, price and other factors considered. Failure to provide sufficient information to demonstrate compliance with all requirements included herein may result in rejection of your offer. GENERAL INFORMATION: All prices shall be F.O.B. Destination. Offers will be evaluated to determine technical compliance with the specification. The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial Items ; 52.212-2, Evaluation -- Commercial Items ; 52.212-4, Contract Terms and Conditions -- Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. Additionally, the following FAR clauses cited in Clause 52.212-5 are also applicable to this acquisition as follows: FAR 52.222-3 Convict Labor (E.O. 11755), 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41.U.S.C. 253g and 10 U.S.C. 2402); 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); 52.222.26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers With Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act ? Balance of Payments Program - Supplies; 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232.33, and Payment by Electronic Funds Transfer?Central Contractor Registration (31 U.S.C. 3332). See http://www.arnet.gov for referenced clauses in full text and representations and certifications (FAR 52.212-3), or see the attached solicitaton. Form 1449 is available at http://www.gsa.gov/forms., or see the attached solicitation OFFERS ARE DUE Friday, August 26, 2005 no later than 12:00 noon local prevailing time. The following information must be submitted with all quotations. (1) Original and one copy of a completed SF 1449, signed by an individual authorized to bind the organization; (2) Schedule of Supplies/Services (with proposal) Submit a rate that is fully burdened and include breakdown of all elements of profit, overhead, wages, fringe benefits, materials, supplies, insurance, licenses, permits, costs, and taxes of whatever kind applicable to the services and shall constitute full and complete payment for all work specified.; (3) completed Representations and Certifications - Commercial Items, FAR 52.212-3; (4) technical discussion which clearly demonstrates compliance with the stated specifications (for evaluation purposes); and (5) acknowledgment of solicitation amendments, if any. Facsimile or electronic offers are authorized. If any exceptions or assumptions are taken by a contractor with regard to any aspect of this RFQ, they should be so stated in the quote. All proposals must include a specified expiration time for the quote (60 days desired). Offers that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Information referenced in this notice may be obtained from Brenda Goodwin at (304) 285-5882. Offers may submit written offers to: DHHS, PHS, CDC, PGO/Branch V, Attn: Brenda Goodwin (MS1019), REF: Solicitation 2005-Q-08121 1095 Willowdale Road, Morgantown, WV 26505. All responsible sources may submit a response, which shall be considered by the Agency. .
 
Place of Performance
Address: 626 Cochran's Mill Road, Pittsburgh, PA
Zip Code: 15236
 
Record
SN00872453-W 20050819/050817211743 (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.