Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2011 FBO #3501
SOLICITATION NOTICE

G -- Qualified Fitness Class Instructors

Notice Date
6/24/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
713940 — Fitness and Recreational Sports Centers
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
F2P3V21089A002
 
Archive Date
8/6/2011
 
Point of Contact
Claire Hammond, Phone: 011441638522407
 
E-Mail Address
claire.hammond@lakenheath.af.mil
(claire.hammond@lakenheath.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation RFQ -Qualified Fitness Class Instructors - Reference (F2P3V21089A002) Requesting Agency: 48 Force Support Squadron 48 FSS/SVMP RAF Lakenheath, Brandon, Suffolk, IP27 9PN, United Kingdom Purchasing Agency: 48th Contracting Squadron - 48 CONS/LGCB RAF Lakenheath, Brandon, Suffolk, IP27 9PN, United Kingdom This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) reference number F2P3V21089A002 Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 71394, Fitness and Recreational Sports Centers. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52 dated 31-May-2011. Potential bidders are to quote for the services outlined in the Statement of Work (SOW), which is included as an attachment to this solicitation: 1. Quote shall include a unit and total price for the following item: • CLIN 0001 - Qualified Fitness Class Instructors @ RAF Lakenheath, England (in accordance with the attached SOW), Period of Performance: 1 October 2011 - 30 September 2012. Quantity 792 Hours, Unit Price tiny_mce_marker___________, Total Price tiny_mce_marker_________________ • OPTION CLIN 1001 - Qualified Fitness Class Instructors @ RAF Lakenheath, England (in accordance with the attached SOW), Period of Performance: 1 October 2012 - 30 September 2013. Quantity 792 Hours, Unit Price tiny_mce_marker___________, Total Price tiny_mce_marker_________________ • OPTION CLIN 2001 - Qualified Fitness Class Instructors @ RAF Lakenheath, England (in accordance with the attached SOW), Period of Performance: 1 October 2013 - 30 September 2014. Quantity 792 Hours, Unit Price tiny_mce_marker___________, Total Price tiny_mce_marker_________________ o Prices shall be all inclusive (i.e. all material, transportation, labor, etc.) Quote Specifics: Quotes are due to this office no later than 01.00PM Greenwich Mean Time, 22 July 11. Quotes may be faxed to 011-44-(0)1638-52-2189, or sent via e-mail to claire.hammond@lakenheath.af.mil and benjamin.shelton@lakenheath.af.mil. All quotes must include the following information: 1. Company's complete mailing and remittance address 2. Discounts for prompt payment- if any 3. CAGE Code, Dunn & Bradstreet number (DUNS), and Taxpayer ID number (if previously obtained) 4. Quotes must be valid for a period of no less than 60 days. 5. Copy of Offeror Representations and Certifications; please see FAR 52.212-3 and its Alt 1, for additional directions. Evaluation of Quotes: In accordance with FAR 12.602(a) and FAR 13.106-2, the following is provided: EVALUATION (a) The Government intends to award a purchase order resulting from this Request for Quotation (RFQ) to the vendor whose quotation conforms to the solicitation and is considered most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: 1. Technical Capability of the service offered to meet the Government requirement(Acceptable/Not Acceptable); a. RESUME for personnel outlined in the SOW 2. Past Performance; 3. Price (b) Basis of Award: This is a competitive solicitation for quotations utilizing Best Value procedures in accordance with FAR Parts 12 and 13.5. The best value approach for evaluation will entail a resultant award determination based upon: the lowest priced technically acceptable quotation, assigned an acceptable past performance rating. In order to be considered for award by the Government, vendors must adhere to the quotation requirements and respective evaluation factors of; 1.) Technical Capability 2.) Past Performance and 3.) Price as detailed in addendum herein to Clause 52.212-1. (c) As outlined in para (a) above, the evaluation factors of Price, Technical Acceptability, and Past Performance will be utilized by the Government in making an award determination. Therefore, quotations should contain the vendor's best terms, from a price, technical-specification, and past performance standpoint (as indicated in FAR provision 52.212-1, Instructions to Offerors-Commercial Items, Addenda). Primary point of contact: Ms. Claire Hammond, Contract Specialist, TEL: 01638-52-2407 or email: claire.hammond@lakenheath.af.mil Alternate point of contact: SrA Benjamin Shelton, Contract Specialist, TEL: 01638-52-2174 or email: benjamin.shelton@lakenheath.af.mil The following clauses and provisions apply to this solicitation and are included either by reference or full text: SEE FOLLOWING PAGE AVAILABILITY OF FUNDS: In accordance with FAR 32.705-1(a) and FAR clause 52.232-18-Availability of Funds, the following is provided: Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) Federal Acquisition Regulations (FAR) Provisions: 52.212-1 Instructions to Offerors - Commercial Items (see addenda below) 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-5 Authorized Deviations in Provisions Defense Federal Acquisition Regulations (DFAR) Provisions: 252.212-7000 Offeror Representations and Certifications--Commercial Items 252.233-7001 Choice of Law (Overseas) Federal Acquisitions Regulation (FAR) Clauses: 52.201-1 Definitions 52.203-3 Gratuities 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52-204-7 Central Contractor Registration 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 52.232-33 Payment by Electronic Funds Transfer (EFT) - CCR 52.233-2 Service of Protest 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.242-13 Bankruptcy 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses Defense Federal Acquisition Regulations (DFAR) Clauses: 252.204-7004 Alternate A (Required Central Contractor Registration) 252.204-7006 Billing Instructions 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 252.255-7041 Correspondence in English 252.225-7042 Authorization to Perform 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7001 Tax Relief 252.229-7006 Value Added Tax Exclusion (United Kingdom) 252.229-7007 Verification of United States Receipt of Goods 252.229-7008 Relief of Import Duty (United Kingdom) 252.232-7003 Electronic Submission of Payment Requests 252.232-7008 Assignment of Claims (Overseas) 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) Air Force Federal Acquisition Regulations (AFFAR): 5352.201-9101 Ombudsman 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations 5352.225-9004 Submission of Offers in Other than United States Currency The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil 52.212-1 Instructions to Offerors-Commercial Items Addenda As prescribed in FAR 12.301 the following addenda is provided for solicitation provision FAR 52.212-1 and hereby amends any language therein: INSTRUCTIONS TO VENDORS -- COMMERCIAL ITEMS (JUN 2008) *the term "solicitation" hereby references this combined synopsis solicitation* (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition is 611710, Educational support services. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of quotations. Submit quotations to the office specified in this solicitation on or before the date specified in this solicitation. Quotations may be submitted on this document (page 1), letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number (2) The date specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the vendor; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the bidder shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (11) If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Vendors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for validity of quotations. The vendor agrees to establish a firm timeframe in which the proposed price is good for. (e) Multiple quotations. Vendors are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. (i) Any quote, modification, revision, or withdrawal of a quote received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of quotes; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of quotes and was under the Government's control prior to the time set for receipt of quotes; or (C) If this solicitation is a request for quotation, it was the only quote received. (ii) However, a late modification of an otherwise successful quote, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the quote, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the Government office designated for receipt of quotes by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Quote may be withdrawn by written notice received at any time before the exact time set for receipt of quotes. Oral quotes in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile quotes, quotes may be withdrawn via facsimile received at any time before the exact time set for receipt of quotes, subject to the conditions specified in the solicitation concerning facsimile quotes. A quote may be withdrawn in person by a vendor or its authorized representative if, before the exact time set for receipt of quotes, the identity of the person requesting withdrawal is established and the person signs a receipt for the quote. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate quotations as described in FAR 13.106-2. Therefore, the vendor's initial quote should contain the vendor's best terms from a price, technical acceptability, and past performance standpoint. The Government may accept other than the lowest quote and waive informalities and minor irregularities in quotes received. (j) Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding $3,000, and quotations of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The vendor shall enter, in the block with its name and address on the cover page of its quotation, the annotation ``DUNS'' or ``DUNS +4'' followed by the DUNS or DUNS +4 number that identifies the vendor's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the vendor to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the vendor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A vendor within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A vendor located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The vendor should indicate that it is a vendor for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of a quotation, the vendor acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the vendor does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered vendor. Vendors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. ADDENDUM TO FAR 52.212-1 QUOTATION PREPARATION INSTRUCTIONS A. To assure timely and equitable evaluation of quotations, vendors must follow the instructions contained herein. Vendors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors and if applicable, sub-factors. Quotations submitted in response to this Combined Synopsis/Solicitation must address the following evaluation factors which include a resume, past perfromance informations, and price quote information-- as further defined below under paragraph E, Specific Instructions. B. QUOTE SPECIFICS: All quotations must include the following information: i. Company's complete mailing and remittance address ii. Central Contractor Registration (CCR) CAGE Code, Dunn & Bradstreet number (DUNS), and Taxpayer ID number (visit http://www.ccr.gov) iii. Prices shall be quoted in United States Dollars ($) and quotations shall be valid for a minimum of 60 days iv. Copy of Offeror Representations and Certification (see FAR 52.212-3 which is incorporated by reference) or provide updated information electronically through ORCA at https://orca.bpn.gov v. Prices shall be all include all labor vi. All payments by the government under this contract will be made in United States Dollars ($). vii. To be considered for award, vendors must propose to all services C. QUOTATIONS ARE DUE to this office no later than 01.00PM. Greenwich Mean Time, 22 July 2011. Quotations are preferred to be sent via e-mail to claire.hammond@lakenheath.af.mil or hand carried to the 48th Contracting Squadron. Proposals may be faxed to 01638-52-2189 or if dialing from outside United Kingdom 011-44-1638-52-2189, D. Vendors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of three (3) separate parts; Part I - Technical Specifications of Quoted Services Part II Past Performance Information -and, Part III - Price Quotation E. Specific Instructions: PART I - TECHNICAL 1. RESUME with all required certifications for all personnel outlined in the SOW PART II - PAST PERFORMANCE INFORMATION -Only references for same or similar type contract are desired. Submit original and two (2) copies. 1. The Government will evaluate the quality and extent of vendor's performance deemed relevant to the requirements of this RFQ. Provide a list of at least two (2), of the most current recent and relevant contracts performed for Federal agencies and commercial customers. Recent contract is defined as a contract for which services were provided within the last three years. A relevant contract is defined as a contract of similar service. PART III - PRICE - Submit original and one (1) copy 1. Insert quoted unit and extended prices in the above price schedule. All pricing will be submitted in United States Dollars ($) and at minimum, remain valid from the date of submission for 60 days. Quotations must be priced and submitted for the entire performance period. 2. Complete the necessary fill-ins and certifications in FAR 52.212-3 Alt I. (End of Provision) 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) Award Basis: The Governments evaluation of quotations will fully account for the evaluation factors identified and required under 52.212-1 of 1.) Technical Capability, 2.) Past Performance, and 3.) Price. The evaluation of these factors will utilize an award basis that results in an award to the lowest priced technically acceptable quotation, that has been assigned an acceptable past performance rating. Quotes that do not meet the stated minimum technical specifications, will be deemed technically unacceptable, and therefore not considered for award. In addition, vendor's that are assigned an unacceptable past performance rating will not be considered for award. Finally, quotations that are incomplete and/or are determined to be priced unreasonably too high or too low, may not be selected for award. Therefore, quotations should contain the vendor's best terms, from a price, technical-specification, and past performance standpoint. Under the LPTA source selection process, trade-offs are not permitted, proposals are evaluated for acceptability but not ranked using the non-price factors. (b) Evaluation: Evaluation factors required under 52.212-1 will be evaluated by the Government as follows; i. Technical: The government will evaluate technical proposals and the below listed sub-factors in accordance with the SOW on a pass/fail-basis, assigning ratings of acceptable, or unacceptable. An unacceptable rating for any of the below sub-factors will result in an unacceptable rating for this Technical Capability primary factor. Accordingly, under the LPTA source selection approach, vendors who receive an unacceptable rating for this factor, will not be considered for award. Technical Acceptability shall be evaluated against the following sub-factors: Technical ratings will be evaluated entailing a comparison of quoted specifications with relation to specifications of the government's requirements, and qualifications. If the associated qualifications of any quoted service do not meet the Government's stated minimum qualification, may result in a vendor's entire quotation being ineligible for award. As a result of the government's evaluation of the aforementioned Technical Capability sub-factors of Job Qualifications and all associated elements accordingly, a determination of acceptable of unacceptable will be assigned using the following ratings and descriptions: Technical Capability Ratings Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. ii. Past Performance: Past performance ratings will be evaluated using the list of current/recent and relevant references provided by vendors. A telephone interview will be conducted by the government to evaluate each vendors past performance to determine whether or not the services met contract requirements, and also if the services were performed in accordance with prescribed performance schedules. The result of the assessment will determine if a vendor's past performance on recent and relevant contracts was favorable, or unfavorable. Failure by vendors to submit past performance information, or the inability to accurately reference points of contacts may result not being selected for award. The evaluation of past performance information will result in an overall assessment of satisfactory or unsatisfactory as follows: Past Performance Evaluation Ratings Rating Description Satisfactory Based on the vendor's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort Unsatisfactory Based on the vendor's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. iii. Price: To evaluate price reasonableness and affordability, an initial screening of quotations will be performed to compare pricing to both Government and commercial web-based databases, and with comparison to the Government's estimate, and in relation to the service quoted. Quotations that are determined to be priced unreasonably, as either too high or too low, may not be selected for award. (c) Award Determination: As a result of the Government's aforementioned evaluation, only those vendors whose proposals are determined to be technically acceptable and that have been assigned a satisfactory past performance rating, will be considered for award. Of those vendors found technically acceptable, and assigned satisfactory past performance ratings, award will be made to the lowest priced offeror whose price is determined reasonable and affordable. A written notice of award or acceptance of a quotation, mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quotation, shall result in a binding contract without further action by either party. Before the vendor's specified expiration time, the Government may accept a quotation. (End of Provision) In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. (End of Provision) Fitness Class Instructors STATEMENT OF WORK 1. The contractor will provide services as Fitness instructor who provides safe, effective, and fun aerobic workouts, as scheduled by the Fitness Program Director. Specialized instruction will be taught according to the standards and directives of the instructors' certification. Under no circumstances will an instructor teach a class in which he/she is not properly certified. 2. The contractor is required to staff all scheduled core classes, (and may be asked to cover the occasional other class, failer to assist has no consequences upon contract) a copy of each month schedule to be provided to the Fitness Program Director. The contract manager is required to conduct quarterly instructor evaluations to the satisfaction of the Fitness Program Director who will receive all copies of evaluations. 3. If the contractor is unable to instruct a scheduled class, the contractor will notify the fitness center staff, as far in advance as possible by phone, can be followed by e-mail contact to ensure notification is received. Repeated failures to perform to the terms identified above can and will lead to administrative documentation. The discrepancies will be submitted the Contracting Office which could lead to possible termination of contract. Contracting will investigate upon five un-provided classes if further action is applicable. 4. The Lakenheath Fitness and Sports Center offers a variety of scheduled classes. Classes are, but not limited to: (Core classes are indicated in Black) Morning Tuesdays & Thursday Indoor Group Cycle Lunchtime Tuesdays & Thursdays Legs, bum & Tum Lunchtime Mondays Cardio Pump Lunchtime Wednesdays Cardio-Kickboxing Lunchtime Tuesdays, Thursdays & Fridays Indoor Group Cycle Evening Monday, Tuesdays, Wednesday &Thursdays Indoor Group Cycle Evening Tuesdays & Thursdays Fitness-Kickboxing Evening Mondays & Wednesday Total body Conditioning Evening Fridays Latin/Urban Aerobics Evening Mondays & Wednesdays Yoga/Pilates • Total body conditioning, Fitness-Kickboxing, Yoga/Pilates and Latin/Urban Aerobics will be a minimum of 55 minutes and a maximum of 65 minutes in length. • Cardio Pump, Fit ‘n' Ready, Indoor Group Cycle & Legs, bum & Tum will be a minimum of 45 minutes and a maximum of 50 minutes in length. The Fitness Program Director will coordinate with the contractor the times and days instructors are required. The scheduled classes format: a. Fitness-Kick Boxing comprising of a warm up, a minimum of 30 minutes of cardio-kickboxing moves combining blocks, punches and kicking combinations and a cool down. Designed for intermediate aerobic participants with modifications for beginners and advanced students. b. Fit ‘n' Ready a class that can accommodate a large number of participants (including Squadron PT). Various training techniques from any of the following; circuit training, walking, running, basic power aerobic, basic power step, grid training, boxing, martial arts, body sculpting, sports skills & co-ordination, can be used (dance and complex chorography will be avoided). The class will consist of a basic warm-up, followed by a minimum of 35 minutes of cardio-vascular training and strength training aimed to improve push-up and sit-up performance, followed by stretching. Modifications shown for various levels. c. Indoor Group Cycle comprising of a warm up, followed by combinations of various terrains. Main aim is to improve aerobic although some anaerobic training may be involved, although instructions for an aerobic alternative must be offered to students, and cool down will all occur on the bike. Followed by stretches performed off the bike. d. Legs, bum & tum a class that targets muscular endurance training to sculpting these areas, using the large muscle groups to include cardio-vascular training for a minimum of 20 minutes. Focus on the main muscles responsible for good balance/stabilization and improving strength for push-ups and sit-ups for the Air Force Fitness Test. e. Total body Conditioning a class that targets muscular endurance training to sculpting the body. Using large muscle groups to incorporate cardio-vascular training for a minimum of 20 minutes. Focus on the main muscles responsible for good posture, balance /stabilization and improving strength for push-ups and sit-ups for the Air Force Fitness Test. f. Yoga/Pilates comprising on a mind focusing warm up, followed by Yoga and/or Pilate exercises to strengthen the core muscles, mobilize the spine, lengthen and strengthen the skeletor muscles to improve posture or in the event of unavailable qualified Yoga/Pilates stretching using various forms of fitness, sports and physiotherapy stretches that are suitable for the class attendees. g. Latin/Urban Style comprising of a suitable warm up to prepare the body for the Latin/Urban flavor and international zest workout to follow. Tantalizing and dynamic moves feature interval training with fast and slow rhythms and resistance training combined they create tone & sculpt as well as fat burning effect! 5. The contractor will coordinate with the Fitness Center's Fitness Program Director, who establishes the minimum standards, to include the following: A. A copy of current Fitness, C.P.R., and Insurance certificates for all instructors must be provided and verified with both the Contracting Office and Fitness Program Director prior to conducting any class at the Lakenheath Fitness and Sports center, and again after expiration of certification to validate renewal of certifications. It is the contractor's responsibility to ensure certification/insurance renewal/update is maintained, in accordance with the respective association guidelines. Failure to posses or maintain current certification will result in the immediate suspension of instructor for scheduled classes until certification is renewed or obtained and the Contracting Office notified. • Contractor must be certified to conduct the appropriate fitness classes by one of the recognized fitness organizations listed below or equivalent. 1. The American College of Sports Medicine (ACSM) 2. Aerobic and Fitness Association of America (AFAA) 3. American Council on Exercise (ACE) 4. YMCA 5. Johnny G Spinning 6. Schwinn 7. TKO 8. KOBO 9. Turbo Kick 10. Pilates Institute • Only fitness classes appropriate to the individuals' certification(s) held will be taught. • It is the contractor's responsibility to have and maintain Liability Insurance for the fitness classes taught. By signing the agreement the contractor is accepting acknowledgement of personal liability. • Contractor must be certified American Red Cross, American Heart Association or equivalent approved organization in CPR techniques, duties, and responsibilities. B. The contractor must arrive 15 minutes prior to class start time to ensure the exercise area is free of potential safety hazards and non-participants. Instructors are expected to abide and assist enforcing fitness center policies pertaining to Fitness classes (such as youth policy, correct attire, etc). C. The contractor shall provide suitable music for classes. Contractor may use the (Government provided) audio equipment in a manner, which will not cause harm to the equipment or the patrons. Misuse of equipment provided could result in contractor replacing equipment. After completion of classes, instructors will ensure that all equipment is disconnected from the power source and secured. D. The contractor must follow correct procedures for any injury to include immediate treatment, contact emergency service, after care advice within the perimeters of their certifications held, notify the fitness center staff immediately of any injuries that occur, also document the incident in the "pass on book" (located at the front counter). E. The contractor will leave all furnished property in a clean, tidy, safe and secure state, or as furnished. All equipment utilized will be cleaned, checked and returned to the designated storage area, this will include basic maintenance of spinning bikes (unload the brakes, wipe down and raise handle and seat posts). Any cards issued for fitness classes will be collected and returned to the Front Counter. Additionally, after the last class of the week, the contractor will ensure all fitness equipment is returned to the main designated storage area. Any damage to equipment will be reported immediately. 6. The contractor must submit invoices monthly (number of classes taught) to WAWF. Payment will be made by DFAS. 7. All promotions, advertisements, publicity, and marketing will be accomplished through the Fitness and Sports Center. The contractor may provide the Fitness and Sports staff with suggested advertisement material. 8. The Fitness Center will provide facility space, audio equipment and steps, mats, fitness balls, body bars, resistance bands, hand weights etc., to conduct the scheduled classes. 52.212-3 Offeror Representations And Certifications--Commercial Items (Aug 2009) Alternate I (Apr 2002) An offeror shall complete only paragraph (b) of this provision 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. (a) Definitions. As used in this provision: "Emerging small business" means a small business concern whose size is no greater than 50 percent of the numerical size standard for the NAICS code designated. "Forced or indentured child labor" means all work or service- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. Inverted domestic corporation means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). -Manufactured end product‖ means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. -Place of manufacture‖ means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. Restricted business operations means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate-- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. Service-disabled veteran-owned small business concern-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates,that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. Veteran-owned small business concern means a small business concern-- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned small business concern" means a small business concern-- (1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; or (2) Whose management and daily business operations are controlled by one or more women. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and whose management and daily business operations are controlled by one or more women. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ----------. (Offeror to identify the applicable paragraphs at (c) through (n) of this provision that the offeror has completed for the purposes of this solicitation only, if any.) These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.] (c) Vendors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it ( ) is, ( ) is not a small business concern. (2) Veteran-owned small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. (Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents, for general statistical purposes, that it ( ) is, ( ) is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ) is, ( ) is not a women-owned small business concern. Note: Complete paragraphs (c)(6) and (c)(7) only if this solicitation is expected to exceed the simplified acquisition threshold. (6) Women-owned business concern (other than small business concern). (Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ) is, a women-owned business concern. (7) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business vendors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: _____________________________________________ (8) Small Business Size for the Small Business Competitiveness Demonstration Program and for the Targeted Industry Categories under the Small Business Competitiveness Demonstration Program. (Complete only if the offeror has represented itself to be a small business concern under the size standards for this solicitation.) (i) (Complete only for solicitations indicated in an addendum as being set-aside for emerging small businesses in one of the designated industry groups (DIGs).) The offeror represents as part of its offer that it ( ) is, ( ) is not an emerging small business. (ii) (Complete only for solicitations indicated in an addendum as being for one of the targeted industry categories (TICs) or designated industry groups (DIGs).) Offeror represents as follows: (A) Vendor's number of employees for the past 12 months (check the Employees column if size standard stated in the solicitation is expressed in terms of number of employees); or (B) Vendor's average annual gross revenue for the last 3 fiscal years (check the Average Annual Gross Number of Revenues column if size standard stated in the solicitation is expressed in terms of annual receipts). (Check one of the following): Average Annual Number of Employees Gross Revenues ___ 50 or fewer ___ $1 million or less ___ 51 - 100 ___ $1,000,001 - $2 million ___ 101 - 250 ___ $2,000,001 - $3.5 million ___ 251 - 500 ___ $3,500,001 - $5 million ___ 501 - 750 ___ $5,000,001 - $10 million ___ 751 - 1,000 ___ $10,000,001 - $17 million ___ Over 1,000 ___ Over $17 million (9) (Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns or FAR 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.) (i) General. The offeror represents that either-- (A) It ( ) is, ( ) is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the database maintained by the Small Business Administration (PRO-Net), and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or (B) It ( ) has, ( )( has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (ii) Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(9)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. (The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ____________.) (10) HUBZone small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that-- (i) It ( ) is, ( ) is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR part 126; and (ii) It ( ) is, ( ) is not a joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. (The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture:____________.) Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) or (c)(9) of this provision.) (The offeror shall check the category in which its ownership falls): ____Black American. ____Hispanic American. ____Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ____Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, U.S. Trust Territory of the Pacific Islands (Republic of Palau), Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ____Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ____Individual/concern, other than one of the preceding. (d) Certifications and representations required to implement provisions of Executive Order 11246-- (1) Previous Contracts and Compliance. The offeror represents that-- (i) It ( ) has, ( ) has not, participated in a previous contract or subcontract subject either to the Equal Opportunity clause of this solicitation, the and (ii) It ( ) has, ( ) has not, filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that-- (i) It ( ) has developed and has on file, ( ) has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR Subparts 60-1 and 60-2), or (ii) It ( ) has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $100,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Act--Balance of Payments Program Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act--Balance of Payments Program--Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of -domestic end product.‖ The terms -commercially available off-the-shelf (COTS) item,‖ -component,‖ -domestic end product,‖ -end product,‖ -foreign end product,‖ and -United States‖ are defined in the clause of this solicitation entitled -Buy American Act--Supplies.‖ (2) Foreign End Products: Line Item No.:--------------------------------------------------------- Country of Origin:----------------------------------------------------- (List as necessary) (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g) (1) Buy American Act -- Free Trade Agreements -- Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act -- Free Trade Agreements -- Israeli Trade Act, is included in this solicitation.) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms -Bahrainian, Moroccan, Omani, or Peruvian end product,‖ -commercially available off-the-shelf (COTS) item,‖ -component,‖ -domestic end product,‖ -end product,‖ -foreign end product,‖ -Free Trade Agreement country,‖ -Free Trade Agreement country end product,‖ -Israeli end product,‖ and -United States‖ are defined in the clause of this solicitation entitled -Buy American Act-Free Trade Agreements-Israeli Trade Act. (ii) ) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled ``Buy American Act--Free Trade Agreements--Israeli Trade Act'': Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, or Peruvian End Products) or Israeli End Products: Line Item No. -------------------- -------------------- -------------------- [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) or this provision) as defined in the clause of this solicitation entitled -Buy American Act-Free Trade Agreements-Israeli Trade Act.‖ The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of -domestic end product.‖ Other Foreign End Products: LINE ITEM NO. COUNTRY OF ORIGIN (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/F2P3V21089A002/listing.html)
 
Place of Performance
Address: RAF Lakenheath, Suffolk, Non-U.S., United Kingdom
 
Record
SN02482383-W 20110626/110624235146-5cf95fd7f04b130b253fa08651b74f0b (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.