Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2010 FBO #3182
SOLICITATION NOTICE

99 -- Wellness/Fitness/Health Club Membership Support Services - Attachment B: Statement of Work - Attachment A: Price Schedule - Attachment C: Provisions & Clauses - Attachment D: Past Performance Questionnaire

Notice Date
8/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
713940 — Fitness and Recreational Sports Centers
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-MS, 801 I Street, NW, Suite 910, Washington, District of Columbia, 20536-0001, United States
 
ZIP Code
20536-0001
 
Solicitation Number
HSCESS-10-Q-00010
 
Archive Date
9/7/2010
 
Point of Contact
Heather C. Cauthinn, Phone: 2027322596, Carmen G. Rios, Phone: 202-732-2594
 
E-Mail Address
heather.cauthinn@dhs.gov, Carmen.Rios1@dhs.gov
(heather.cauthinn@dhs.gov, Carmen.Rios1@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment D: Past Performance Questionnaire Attachment C: Provisions & Clauses Attachment A: Price Schedule Attachment B: Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) subpart 12.603, 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. Solicitation Number HSCESS-10-Q-00010 is being issued as a Request for Quote (RFQ) to procure Wellness/Fitness/Health Club Membership Support Services in accordance with the attached Statement of Work (SOW) (see Attachment B: SOW). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-42. This is an unrestrictive solicitation. The Government anticipates awarding a single Indefinite Delivery / Indefinite Quantity (IDIQ) contract as a result of this solicitation, whereby Firm Fixed Price (FFP) task orders will be issued. The associated North American Industry Classification System Code (NAICS) is 713940, Fitness and Recreational Sports Center, size standard: $7.0 million. STATEMENT OF WORK (SOW): The Department of Homeland Security (DHS), U.S. Immigration and Customs and Enforcement (ICE), Office of Acquisition Management (OAQ), has a requirement for Wellness/Fitness/Health Club Membership Support Services. A SOW for this requirement is provided as Attachment B. The scope of the SOW will support the ICE program offices located at Tech World, 801 I Street, NW Washington, DC 20536. MINIMUM AND MAXIMUM THRESHOLDS: Total aggregate of all orders placed against the resultant IDIQ contract will not exceed 1750 memberships over five (5) years. The total guaranteed minimum for the base year of the resultant IDIQ contract is 200 memberships. PERIOD OF PERFORMANCE: The ordering period of performance will be one year with four one-year options. PLACE OF PERFORMANCE: Offerors offering the facility necessary to qualify as a "full-range health & fitness center" must be no more than a ¼ (.25) mile distance from the ICE Tech World 801 I Street NW, Washington, DC 20536 office complex. This requirement is necessary to limit the amount of foot travel time from the place of work to the fitness facility. SCHEDULE: Offerors shall complete Attachment A, Price Schedule, and return it with Part II, Price. The vendor shall provide the unit price for the monthly membership, which shall be inclusive of the enrollment / registration fee, for each line item as well as the extended price for the base and each option period. SUBSMISSION OF QUOTES: To be considered for award, the quotes shall be submitted in two parts: Part I - Technical and Part II - Pricing. Please refer to FAR provisions 52.212-1, 52.212-2, and the information below for additional submission instructions and evaluation procedures. Part I and II are due on August 23, 2010 no later than 2:00pm EST local time to the attention of: Contract Specialist: Heather Cauthinn Department of Homeland Security Immigration & Customs Enforcement Office of Acquisition Management Via electronic transmission to Heather.Cauthinn@dhs.gov and Carmen.Rios1@dhs.gov PART I: TECHNICAL Offerors shall provide a response that sufficiently addresses their qualifications and abilities in the following two (2) factors: a. Capability b. Past Performance SECTION A - CAPABILITY: At a minimum, the Offeror shall address the following: a. Demonstrate the extent to which the Offeror's proposed facility meets or exceeds the ICE requirements as described on Attachment B - Wellness/Fitness/Health Club Membership Support Services. SECTION B - PAST PERFORMANCE: The Offeror shall submit relevant past performance information requested below (1 through 8) for up to three (3) contracts of similar size, scope, and complexity to this requirement, started or completed within the past 3 years (measured from the date of this solicitation). Relevant is defined as work similar in size, scope and complexity as the work identified in the SOW. Please include the following information: 1. Description of the Project, scope, and responsibilities 2. Contract/Task Order Number 3. Contract/Task Order Amount 4. Government Agency/Organization 5. Contracting Officer's Technical Representative's (COTR) name, address, phone number, and email address 6. Contracting Officer's name, address, telephone number and email address. 7. Current status, e.g. completed and/or in progress, start and estimated completion dates 8. A brief narrative of why your firm believes this reference is relevant to the proposed task The description of each past performance reference shall not exceed 1 page (3 page total). Offerors are to provide the Past Performance Questionnaire (See Attachment D) to a maximum of three (3) Federal and/or commercial customers who will complete the questionnaire and return it via e-mail attachment no later than the quote due date to the Contract Specialist at the following e-mail addresses: Heather.Cauthinn@dhs.gov Please ensure that the telephone numbers listed are correct and active for all points of contact listed prior to submission. The description for each example shall not exceed 1 page (3in total). Page limitation: Excluding cover page the technical quote is five (5) one-sided pages. Quotation contents that exceed the stated page limitation will be removed from the quote by the Contracting Officer, prior to turning the quote over to the evaluation team and will not be considered in the evaluation. Quotations shall be prepared with Times New Roman font, 12-point font size, single line spacing, 1-inch margins, and 8-1/2 x 11-inch paper. Offerors shall not include any price information as part of their technical quote. PART II: PRICING Content for Part II - No Page Limitation Offerors shall complete Attachment A, Price Schedule. The offeror shall provide the unit price for the monthly membership which shall be inclusive of the enrollment / registration fee for each line item as well as the extended price for the base and each option period. The following information shall also be included under Part II: Pricing 1. Name of Offeror 2. Address 3. Dun & Bradstreet Data Universal Numbering System (DUNS) Number 4. Taxpayer Identification Number (TIN) 5. Point of Contact 6. Telephone Number 7. Facsimile Number 8. Email Address 9. Proposal Number 10. Date of Proposal 11. Proof of registration in the Central Contractor Registration (CCR); the web address for CCR is www.ccr.gov. 12. Proof of registration in the Online Representation & Certifications Application (ORCA); the web address for this application is http://orca.bpn.gov. 13. NAICS code 14. Provisions: The offeror shall answer and include all responses to provisions within this solicitation EVALUATION FACTORS AND BASIS FOR AWARD: 1) Quote Evaluation Quotes submitted in response to this RFQ will be evaluated as follows: Factor A - CAPABILITY: The Government will evaluate the extent to which the Offeror's proposed facility meets or exceeds ICE requirements as described on Attachment B - Wellness/Fitness/Health Club Membership Support Services. Acceptable: Meet or exceeds ICE requirements as described on Attachment B - Wellness/Fitness/Health Club Membership Support Services. Unacceptable: Does not meet ICE requirements described on Attachment B - Wellness/Fitness/Health Club Membership Support Services. Factor B - PAST PERFORMANCE: The Government will evaluate the Offeror's past performance on current contracts of a similar size, scope and complexity, as proven by the successful management of current and previous contracts of a similar scope, magnitude, and complexity during the last three (3) years from the date of this solicitation. In performing this evaluation, the Government will consider the Offeror's past performance information provided by the Offeror (up to 3 references), the feedback from the past performance questionnaires, and may consider information obtained from other sources. If there is no relevant past performance information, past performance will be rated as neutral. Acceptable: Past performance is applicable in terms of size, scope, and complexity and at least good in quality. The Offeror's record of past performance indicates there is very little risk associated with receiving quality services and contract performance. The feedback from the past performance questionnaires and the Offeror's experience indicate that the Offeror will meet or exceed the requirements of the solicitation. Unacceptable: Past performance may be limited in applicability in terms of size, scope, and complexity and at least marginal in quality. The Offeror's record of past performance indicates there are significant risks associated with receiving quality services and contract performance. The past performance questionnaires and the Offeror's experience indicate lack of customer satisfaction and the Offeror's experiences indicate the likelihood of several major problems during performance of the requirements of the solicitation. Neutral: No past performance available for evaluation. Offeror has asserted that it has no directly related or similar relevant past performance experience. Quote receives no merit or demerit for this factor. Factor C - PRICE: The Price Quote (Attachment A) will be evaluated for accuracy, completeness, and reasonableness in accordance with FAR Part 15.404-1(b), Price Analysis and will not be assigned an adjectival rating. For award purposes, the Government will evaluate the prices for the base period as well as all options. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 2) Basis for Award The evaluation shall be conducted in a lowest price technically acceptable manner. Each technical factor will be evaluated as "Acceptable" or "Unacceptable". To be determined technically acceptable, the offeror must be rated "Acceptable" (or "Neutral" for the Past Performance factor) in each of the areas identified by the following technical evaluation factors: a. Capability b. Past Performance There will be no trade-offs. The Government reserves the right to award without discussions. After a quote has been determined technically acceptable, price becomes the most important factor. APPLICABLE PROVISIONS AND CLAUSES: This solicitation incorporates the provisions and clauses that are in effect through Federal Acquisition Circular 2005-42, effective July 16, 2010. Provision 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008) and addendum are incorporated into this solicitation with the following insert under (c): The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of quotes. Provision 52.212-2, Evaluation - Commercial Items (January 1999) is incorporated with the following insert under (a): "The following factors shall be used to evaluate offerors and after a quote has been determined to be technically acceptable, price becomes the most important factor, (A) Capability, (B) Past Performance, and (C) Price. Provision 52.212-3, Offeror Representations and Certifications - Commercial Items (August 2009) is incorporated. Contractors shall submit their Online Representation and Certification Application (ORCA) at the following portal: http://orca.bpn.gov. FAR Clauses 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010) - 52.212-1 (Addenda to 52.212-1 are provided in Attachment C), and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (July 2010) apply to this solicitation. The following additional clauses under FAR 52.212-5 are applicable 52.203-6 Restrictions on Subcontractor Sales to the Government (September 2006), with Alternate I (October 1995), 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (July 2010), 52.219-8 Utilization of Small Business Concerns (May 2004), 52.219-28, Post Award Small Business Program Representation (April 2009), 52.222-3 Convict Labor (June 2003), 52.222-21 Prohibition of Segregated Facilities (February 1999), 52.222-26 Equal Opportunity (March 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (September 2006), 52.222-36 Affirmative Action for Workers with Disabilities (June 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (September 2006), 52.222-54 Employment Eligibility Verification (Jan 2009), 52.223-15 Energy Efficiency in Energy-Consuming Products (December 2007), 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (October 2003). This solicitation incorporates the following Homeland Security Acquisition Regulation (HSAR) clause: (1) 3052.242-72, Contracting Officer's Technical Representative (December 2003) Full text of the FAR and HSAR provisions and clauses can be found at: http://farsite.hill.af.mil. Refer to Attachment C for additional provisions and clauses presented in full text to include the ordering procedures. All questions concerning this solicitation must be directed in writing via email to Heather.Cauthinn@dhs.gov and Carmen.Rios1@dhs.gov by no later than 12:00 pm August 13, 2010. No questions or inquiries will be accepted by telephone. The distribution of any resulting amendments to the solicitation will be accomplished solely through the Federal Business Opportunity (FedBizOpps) website. Hard copies of the solicitation documents will not be available; therefore, no written, telephone, or facsimile requests for the documents will be accepted. The FedBizOpps site provides downloading instructions. Interested parties are responsible for monitoring the FedBizOpps site to assure that they have the most up-to-date information about this RFQ. LIST OF ATTACHMENTS: Attachment-A: Price Schedule 1 tab (See MS Excel Spreadsheet) Attachment-B: Statement of Work (2 Pages) Attachment-C: Additional Provisions, Clauses in Full Text, Including Ordering Procedures (8 Pages) Attachment-D: Past Performance Questionnaire (5 Pages)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-MS/HSCESS-10-Q-00010/listing.html)
 
Place of Performance
Address: 801 I Street NW, Washington, District of Columbia, 20536, United States
Zip Code: 20536
 
Record
SN02234223-W 20100811/100809235633-81cdd78ff4113f485a7b93f26c98b019 (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.