Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
SOLICITATION NOTICE

U -- Boot Camp Instructor - RFQ

Notice Date
9/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611620 — Sports and Recreation Instruction
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St, Suite 102, McConnell AFB, Kansas, 67221-3606
 
ZIP Code
67221-3606
 
Solicitation Number
fa4621-11-T-0056
 
Archive Date
10/5/2011
 
Point of Contact
Joshua R. Houseworth, Phone: 3167594456, Jeff Choi, Phone: 316-759-4533
 
E-Mail Address
joshua.houseworth@us.af.mil, jeff.choi.1@us.af.mil
(joshua.houseworth@us.af.mil, jeff.choi.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Please fill out and return with submission of bid. This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. This solicitation, Purchase #FA4621-11-T-0056, is being issued as a Request for Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-53. This acquisition is reserved for small businesses; however, the Government will accept proposals from all businesses. In the event of insufficient small business participation, award will be made on an unrestricted basis. The associated NAICS code for this acquisition is 611620 with a size standard of $7.0M. McConnell AFB KS plans to acquire the following services. 0001 - Services for "Boot Camp" instructor to accomplish 10 classes per week, 2 per day, 5 days a week for 52 weeks IAW Performance Work Statement. Instructor must be aerobic certified. Quantity 520 EA Unit Price____________ Extended Amount __________________ Period of Performance: 27 Sep 11 - 26 Sep 12 PERFORMANCE WORK STATEMENT 12 Sep 2011 AEROBICS REQUIREMENT MCCONNELL AFB, KS 1 CONTRACTORS RESPONBILITIES: 1.1 Provide a land Boot Camp program to include but not limited to running/plyometrics, beginning step aerobics, advanced step aerobics, Indoor Cycling, water aerobics, turbo kick and kickboxing. All classes will be determined and scheduled by the Fitness Center Director at the McConnell AFB Fitness Center, Building 412. There will be approximately 10 classes per week, Monday-Friday, specific for Boot Camp. 1.2 Provide a variety of Boot Camp activities to customers, with military personnel having priority. The Boot Camp should be geared toward personnel on the weight management programs and those failing the Air Force fitness test. 1.3 Provide all contractor supplies and equipment needed for conducting the class to include items such as shoes, clothing, music for various exercise routines, and any other personal materials. The contractor will also provide wireless headsets and transmitters (including the batteries necessary for their operations) and any other associated accessories for Boot Camp instruction. 1.4 Instructors shall be certified by one or several of the following organizations. Certifications MUST be verified with Contracting Office and by the Fitness Director prior to conducting any class as the Fitness and Sports Center and again after expiration of certification to validate and update certifications. It is the contractor's responsibility to ensure certification renewal/update is maintained, in accordance with the respective association guidelines: 1.4.1 American Council on Exercise (ACE) 1.4.2 Aerobic and Fitness Association of America (AFAA) 1.4.3 The American College of Sports Medicine (ACSM). 1.4.4 American Aerobic Association International/lnternational Sports 1.4.5 Medicine Association (AAAI/ISMA) 1.4.6 The institute for Aerobic Research (Cooper Clinic) 1.4.7 Reebok 1.5 Failure to possess or maintain current certification will result in the immediate suspension of scheduled classes until certification is renewed/obtained. Under NO circumstances will an instructor teach a class in which he/she is not authorized to teach through their governing body. 1.6 Instructors will also have current American Red Cross of America Heart Association adult CPR certification. 1.7 The contractor must arrive 15 minutes PRIOR to the start of class to ensure the exercise area is free of safety hazards. The contractor must follow correct procedures for any injury to include immediate treatment, contact emergency service, after care advice within the perimeters of certifications held. Contractor will enforce all rules and guidelines of the Fitness Center. 1.8 After completion of instruction, instructors shall ensure that the power source is turned off and after the last class of the day and all equipment used is returned to the designated storage area. The contractor will leave all furnished property in a clean and secure state, as furnished. ALL equipment utilized will be cleaned and returned to the designated storage area after classes are completed for that day. 1.9 Ensure instructors have a minimum of one year aerobic experience and preferably one year of Boot Camp experience 1.10 Ensure instructor(s) maintain a daily class participation record to turn in to the Fitness Director. Classes will be held regardless of the number of students in attendance. Instructors will remain 15 minutes after the scheduled start time of the scheduled class if no one is present. After such time, instructors shall cancel the scheduled class. Payments will be made for these classes. 1.11 During inclement weather, call the Fitness Center Director or authorized representative(s) for further instructions as to which classes to cancel and which ones to conduct. 1.12 The contractor shall be required to submit a list of instructors and a copy of mandated certifications for each instructor listed prior to the start of the contract. 2 CONTRACTOR PERSONNEL: 2.1 The contractor shall provide a contract manager and alternate(s) who shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager and alternate(s) shall act for the contractor when the manger is absent, shall be designated in writing to the contracting officer, prior to contract start. 2.2 The contract manger and all employees must be able to read, write, speak and understand English. The government reserves the right to restrict employment of any contractor employee, or prospective contractor employee, who is identified as a potential threat to the health, safety, security, general well being or operational mission of McConnell AFB and its population. 2.3 Contractor shall wear appropriate professional aerobic instruction attire. Contractor personnel shall present a neat appearance and be easily recognized. This may be accomplished by wearing distinctive clothing bearing the name of the company and/or employee name. Clothing must be conservative such as, no thongs, etc. 2.4 The contracting officer may, in writing, require that the contractor be removed from the work site, area or base due to objectionable behavior. Objectionable behavior includes wearing inappropriate attire, using profane language, abusing or disobeying base rules or regulations. 2.5 The contractor shall comply with all base fire, safety and confined space regulations while completing their work. 2.6 All contractor employees shall carry contractor photo identification at all times. Contractor employees shall comply with any base security measures implemented at all times. This includes but is not limited to vehicle and goods searches and identification checks during times of increased security. 2.7 Contractor Consent to Background Checks: The contractor and, as applicable, subcontractor shall not employ persons for work on this contract if such employee is identified as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population, nor shall the contractor or subcontractor employ persons under this contract who have an outstanding criminal warrant as identified by the National Crime Information Center (NCI). NCI checks will verify if a person is wanted by local, state, and federal agencies. All contractor and subcontractor personnel must consent to NCI background checks. Contractor and subcontractor personnel who do not consent to a NCI check will be denied access to the installation. Information required to conduct a NCI check includes: your full name, address, social security number, date of birth, driver's license number and state and completion of a background check questionnaire. The contractor shall provide this information using the McConnell AFB Form 114, Contractor/Vendor Access List, and shall submit it in conjunction with the contractor's request for either base or vehicle passes. Completion of a successful NCI check does not invalidate the requirement for an escort when contractor or subcontractor personnel are working within controlled or restricted areas. The coordination of the 114 will be with your contract administrator, Joshua Houseworth, 316-759-4456 or joshua.houseworth@us.af.mil. The contractor shall not be entitled to any compensation for delays or expenses associated with complying with the provisions of this clause. Furthermore, nothing in this clause shall excuse the contractor from proceeding with the contract as required. 3 GOVERNMENT RESPONSIBILITIES: 3.1 Provide a facility for conducting a variety of classes to meet patron needs. 3.2 Provide use of facilities and equipment to the contractor and his/her employees to include locker rentals, daily use lockers, shower and dressing areas. 3.3 The contractor may not advertise their program. All promotions, advertisements, publicity, and marketing will be accomplished through the Fitness and Sports Center. The contractor may provide the Fitness and Sports Center staff with suggested advertisement material. The government retains the right to change, cancel or rearrange classes at any time deemed necessary. The government shall notify the contractor 24 hours prior to class of any such cancellation. The Fitness Center Director and the on-site manager will meet quarterly to discuss possible changes in the class schedule. 3.4 Provide all equipment to include: sound systems, mats, steps, stationary bikes, indoor cycling bikes, weights, and other essential items necessary to conduct the class. 3.5 Provide office supplies such as "sign-up" sheets and pens for maintaining attendance records. 3.6 Provide a 24-hour notification informing the contractor when a class needs to be cancelled for military reasons. 3.7 Provide a minimum two-hour notification, prior to start of class, notifying the contractor when a class needs to be cancelled due to weather or other impeding situations to include closing the pool due to lightning or lifeguard shortage. 4 GENERAL INFORMATION: 4.1 McConnell AFB Fitness Center hours of operation are as follows: 4.1.1 Monday - Friday: 5:00a.m. - 11:00 p.m. 4.1.2 Saturday, Sunday, Holidays and Down Days: 7:00a.m. - 6:00p.m. 4.2 One aerobics class will be taught on holidays and down days. Fitness Center is closed on Thanksgiving and Christmas. 4.3 10 Holidays per year are allowed: New Years Day January Martin Luther King's Birthday January President's Day February Memorial Day May Independence Day July Labor Day September Columbus Day October Veteran's Day November Thanksgiving Day November Christmas Day December 4.4 A maximum of 12 Goal Days (down days) a year will be allowed, if applicable. 4.5 The contractor must submit a monthly invoice no later than (5) five business days after the end of each month to the Contracting Office and the Fitness Programs Coordinator. The invoice will have, as a minimum, dates, quantity and type of classes that were conducted. The following provisions in their latest editions apply to this solicitation: FAR 52.212-l, Instructions to Offerors, Commercial; FAR 52.212-2, Evaluation, Commercial Items (a) The following factor will be used to evaluate offers: Price, Proof of instructor's aerobic certification and is included in paragraph (a) of this provision; FAR 52.212-3, Offerors Representations and Certifications, Commercial Items (offeror shall complete these on-line at www.bpn.gov/orca); FAR 52.212-4, Contract Terms and Conditions, Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. Specifically, the following clauses cited in 52.212-5 are applicable to this solicitation: FAR 52.219-6 Notice of Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52-222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-36, Affirmative Action for Works with Disabilities; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-50, Combat Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies To ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; The following additional terms and conditions also apply to this contract: FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.219-1, Small Business Program Representations; FAR 52.223-5, Pollution Prevention and Right-to-Know Information; FAR 52.253-1, Computer Generated Forms DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Alternate A, Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (DEV); DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (via Wide Area Work Flow (WAWF)). DFARS 252.232-7010, Levies on Contract Payments. DFARS 252.243-7001, Pricing of Contract Modifications. Please contact the contracting officer, Rosa Krauss at 316-759-4525 or by e-mail at rosa.krauss.2@us.af.mil, before using an ombudsman. In addition the following FAR clause applies: FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination DoL Position Title Classification Code Grade Hourly Rate Fringe Benefit Recreation Specialist 28515 GS-07 $18.04 $6.53 * OMB Memorandum M-08-13, 11 Mar 08, directs total fringe benefits to be determined using a factor of 36.25% of base pay. (End of Clause) AFFARS 5352.223-9001, Health and Safety on Government Installations; AFFARS 5352.242-9000, Contractor Access to Air Force Installations; AFFARS 5352.201-9101, Ombudsman (10 Aug 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Rosa Krauss at 316-759-4525 or by e-mail at rosa.krauss.2@us.af.mil Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mrs. Carolyn Choat, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0160, fax (618) 256-6668, email: carolyn.choate@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. Award will be made to the most responsive offeror proposing the items determined to be the most advantageous to the government in accordance with the evaluation factors listed above. Offers must have the ability to invoice in WAWF ( https://wawf.eb.mil/ )FOB shall be Destination. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Offerors shall respond to this solicitation by 12:00 p.m. Central Standard Time 20 Sept 11. Offers can be faxed to Joshua Houseworth at 316-759-1411 or e-mailed to joshua.houseworth@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/fa4621-11-T-0056/listing.html)
 
Place of Performance
Address: McConnell AFB, KS, McConnell AFb, Kansas, 67221, United States
Zip Code: 67221
 
Record
SN02574164-W 20110915/110914000257-a3d5b69b3917dbee6a28367d6a45468f (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.