Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2007 FBO #2119
SOLICITATION NOTICE

G -- Fitness Center Memberships for DFAS Indianapolis

Notice Date
9/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
713940 — Fitness and Recreational Sports Centers
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street Bldg #21, Room 2B218, Columbus, OH, 43218, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HQ042307T0017
 
Response Due
9/19/2007
 
Archive Date
10/4/2007
 
Description
This is a combined synopsis/solicitation for commercial items is 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; proposals are being requested and a written solicitation will not be issued. All responsible sources may submit an offer/quote which shall be considered. The solicitation number is HQ0423-07-T- 0017. The solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2001-26, Effective 20 Dec 04. This requirement is UNRESTRICTED. The NAICS code is 713940 and the small business size standard is $6.5 million. The contract line item number(s), quantities and units of measure are as follows: CLIN ITEM QTY UNIT OF ISSUE 0001 Fitness Membership-Military (40)-Base Period 12 Months 0002 Fitness Membership-Civilian (250)-Base Period 12 Months 0003 Option One Fitness Membership-Military (40) 12 Months 0004 Option One Fitness Membership-Civilian (250) 12 Months The base period is expected to be from October 1, 2007 through September 30, 2008. Option Year One is expected to be from October 1, 2008 through September 30, 2009. Description of requirement for the items to be acquired: STATEMENT OF WORK Document # LHRCL8RA002 REQUIREMENT: The contract shall provide full service physical fitness facilities for civilian and military personnel assigned and working in the Emmett J. Bean Federal Center, Indianapolis. SCOPE: The government anticipates purchasing: 40 - Memberships for DFAS-IN Military Personnel 250 - Corporate Memberships for DFAS Indianapolis Civilian Personnel. Memberships discounted 15%-30% from the standard open market membership fee. Membership can be used by DFAS military and civilians at contractor facilities throughout the U.S. SPECIFICATIONS: The contractor shall provide: Access to physical fitness facilities, qualified instructors, formal health programs and services. Under the Corporate Membership plan, access to the physical fitness facility will be through an individual membership card issued by the fitness facility personnel. Fitness center personnel will need to validate that the civilian employees are enrolled in the DFAS wellness program prior to using the fitness club corporate membership card. Privileges of a regular membership to include unlimited access at any of the contractors facility locations. Services to include, but not be limited to, use of an indoor gymnasium, community center or recreation center complex with indoor swimming pool, cardiovascular equipment, stationary and free weights, workout room, shower and secured locker facilities. Facility to be available for use at a minimum from 5:3O AM until 9:00 PM Monday through Friday and 12:00 p.m. to 5:00 p.m. Sat. and Sunday. Health, wellness and educational programs, to include, personal fitness evaluations weight management are offered for an additional fee. Wellness programs to be conducted by instructors with current certification from either American College of Sports Medicine, American Council on Exercise, YMCA or National Commission for Health Education Credentialing. The primary facility is within reasonable walking distance (within one mile) of the Emmett J. Bean Federal Center, 8899 East 56th Street, Indianapolis, IN 46249, so the facility can be easily accessed by employees before and after duty hours or during the normal business day for those individuals who opt to use the facility during flex hours, i.e. lunch hour. INVOICING INFORMATION: The payment on invoices will be made only for the actual number of memberships used per month ? this includes the use of other facilities. Monthly invoices for the agency portion of the military corporate memberships as well as the civilian corporate memberships shall be submitted to the COR/GPOC (Acceptor) as a 2-in-1 or Combo invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil. (ref. clause 252.232-7003). When the 2-in-1 or Combo invoice is received by the COR/GPOC via WAWF, the COR/GPOC will review the document and, if it is correct, accept it electronically and forward it for payment. Web Base Training is available at www.wawftraining.com and for more information go to www.dod.mil/dfas and click the e-commerce link. Direct billing to the civilian employee for their balance of the corporate membership costs. The Government retains the right to discount their portion of the civilian employee membership at 15% and 30% and to terminate the membership when utilization drops below an average of two visits per week over a period of two months. This will be tracked and measured by the Government. APPLICABLE REGULATIONS AND DOCUMENTS: The following references pertain to the physical fitness requirements and guidelines: 1. DoD Directive 1010.10. 2. Health Promotion and the American College of Sports Medicine Guidelines (ACSM) for Exercise Testing and Prescription. 3. AR 215-1, Morale, Welfare and Recreation Activities. 4. AR 600-63, Army Health Promotion. LENGTH OF CONTRACT: October 1, 2007 to September 30, 2008. One option year may be included that could be exercised at the discretion of the Government. POINTS OF CONTACT: Defense Finance & Accounting Service ATTN: Rich Rardin (DFAS-HIG/IN) 8899 East 56th Street Indianapolis, IN 46249 Telephone: Rich Rardin, 317-510-5745 1SG Ernest Roberson, 317-510-2146 END OF STATEMENT OF WORK The anticipated period of performance is from October 1, 2007 through September 30, 2008. One option period is included that could be exercised at the discretion of the Government. Place of performance is Indianapolis, IN. FOB origin. The provision at 52.212-1, Instructions to Offerors?Commercial, applies to this acquisition. Addenda to FAR 52.212-2 Evaluation ?Commercial Items, is applicable. Basis for Selection for award: 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. The following factors shall be used to evaluate offers: Price, Past Performance and Facilities Amenities. b. Options. The Government will evaluate offers for award purposes by adding the base and option year prices together for a total overall evaluated price. Prices. Price will be evaluated using price analysis techniques. A single award will be made to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. In making the best value determination, the Government will make a comparative assessment of the offerors. All quotes will be evaluated to determine that the offered price(s) reflect a technical understanding of the requirement and those considered unrealistic may be rejected. Past Performance. Please submit information on your experience and/or past performance performing similar tasks/services. The offeror may provide past performance information, as follows, for consideration: a. A list of contracts, commercial or Government, performed within the past two years, limited to three (3) Government and three (3) commercial contracts for the same or similar service. The offeror shall provide or include a point of contact (POC) address, telephone number, an average dollar amount of the contract per annum, the period of performance and a sample listing of the services provided for under the commercial contracts. For any Government contracts, provide the Government agency, a (POC), telephone number, appropriate contract number, estimated dollar value of the contract, period of performance and a sample listing of the items provided. The Government reserves the right to limit the number of references it decides to contact. b. A listing of any ?problems? or discrepancies experienced within the past year for the contracts or customers reported in reference to paragraph ?a? above. Include a brief description of how these problems were addressed and remedied. Facilities Amenities. Please subject a description of equipment and amenities in your facility. For example, the number of different types of treadmills, elliptical trainers, the size of any pools, walking/running tracks and health, wellness and education programs your facilities offers. DFAS desires a facility with a one mile walking distance from DFAS Indianapolis. This factor will be evaluated. Offerors are to complete paragraph (j) of this provision, 52.212-3, Offeror Representations and Certifications-Commercial Items, if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications?Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders?Commercial Items, applies to this acquisition. The clause at 52.217-9, Option to Extend the Term of the Contract, applies to this acquisition. The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years. The Defense Priorities and Allocations System (DPAS) rating for this requirement is DOC9. Offers are due by 5:00 PM EST on September 19, 2007. Facsimile and email quotes are acceptable and preferred. Offers may be submitted by email, facsimile or mail and forwarded to: Point of Contact: Esther Hayden DFAS Contract Services Directorate 3990 E. Broad Street Bldg 21, Room 2B218 Columbus, OH 43213-1152 Phone Number: 614-693-1971 Fax Number: 614-693-1808 Email address: Esther.Hayden@dfas.mil Furnished quotes to this POC on or before the closing time listed in this RFQ.
 
Place of Performance
Address: Indianapolis, IN
Zip Code: 46249
Country: UNITED STATES
 
Record
SN01406364-W 20070915/070913223304 (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 |
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.