Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 31,2000 PSA#2653

Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063

R -- AEROBICS INSTRUCTOR SOL F26600-00-Q-Z034 DUE 081800 POC Maria Rodriguez, Contracting Craftsman, Phone 702-652-5352, Fax 702-652-5405, Email maria.rodriguez@nellis.af.mil -- Lillian Minor, Contract Specialist, Phone 702-652-4383, Fax 702-652-5405, Email WEB: Visit this URL for the latest information about this, http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F26600-00-Q-Z034&LocID=885. E-MAIL: Maria Rodriguez, maria.rodriguez@nellis.af.mil. 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; quotes are being requested and a written solicitation will not be issued. This solicitation (F26600-00-Q-Z034) is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. This acquisition is set aside exclusively for small business concerns. The SIC code for this solicitation is 8748. Far 19 classifies small business as those that gross equal to or less than $5 million annually based on the average of the offeror_s past three fiscal years. Item description is as follows: Contractor shall provide nonpersonal service, all labor, materials, equipment, transportation and parts necessary to provide Aerobics Instructors for the Sports and Fitness Center, Bldg. 432, 4124 N. Washington Blvd., Nellis Air Force Base (AFB), Las Vegas, NV 89191, IAW the Performance Work Statement. Prior to instruction of any class by any instructor the contractor shall provide the Director of the Fitness and Sports Center instructor certifications in the areas of CPR and aerobics from any of the following organizations: Aerobic & Fitness Association of America (AFAA), International Dance & Exercise Association (IDEA), A C E, or The Coopers Institute. Certifications shall be maintained throughout the year at no cost to the Government. Performance Requirements: The contractor shall provide classes such as low impact, high intensity, step aerobics, body sculpting, cardioboxing, interval, etc. Class shall be a minimum of 60 minutes in duration. Requirement is for a contractor to provide coverage for classes held Monday through Friday at the following times: 0530-0630 hrs; 1200-1300 hrs; 1700-1800 hrs; 1815-1915 hrs, and Saturday at 0900-1000 hrs, to exclude holidays and Nellis AFB Goal Days. Offerors will provide hourly price quotes (price per class). Quotations should be firm fixed price that includes all cost necessary to perform the service. The contract shall include (1) base year with two option years. The schedule will have a minimum of twelve (12) classes a week, and a maximum of fifteen (15), with the exception of special events. Contractor shall provide to the Fitness Center four (4) days prior to the start of schedule, a two (2) week instructor schedule. Any changes to the schedule must be mutually agreed upon in advance between the Fitness Center and the contractor and approved by the Contracting Officer. The contractor shall observe patrons and instruct them on proper alignment and technique to perform the exercise correctly; use appropriate and generally accepted techniques to demonstrate movements and exercise routines; brief class level, format and safety precautions before class starts; take a minimum of two (2) heart rate checks during aerobic portion and one (1)during the cool down portion; Instructor shall be in place fifteen (15) minutes prior to the start of class and remain fifteen (15) minutes after class; Instructor shall immediately notify fitness center staff of any injuries/accidents; Instructor shall provide own music and microphones for classes. The government does not intend to make multiple awards. The government intends to use best value judgement and may not award the purchase order to the lowest quotation received without evaluating past performance. The following factors shall be used to evaluate offers: (1) Past performance- submit responses IAW 52.212-19(b)(10), (11) Price- price will be an important factor in the award of this purchase order. Prices will be analyzed and evaluated based on price competition most advantageous to the government. Government will consider the currency and relevance of the information, source of the information, context of the data, and general trends in contractor performance. In the case of a contractor without a record of relevant past performance, the contractor will not be evaluated favorable or unfavorably on past performance. The government will consider completed questionnaires (Attachment 1). Award will be made to the responsible, responsive offeror who provides the best overall value to the government. Past performance information shall be required prior to award. Offeror_s shall submit accurate past performance information relating to the requirement prior to bid close-out date. Past performance references shall identify a point of contact with phone numbers. Offerors shall forward past performance evaluations to a minimum of (3) three past performance references, and have them forward their evaluations by fax to SSgt. Maria Wirhouski at (702) 652-5405. The provision at FAR 52.212-1, Instruction to Offerors-Commercial, applies to this solicitation. The clause at FAR 52.212-2; Evaluation of Commercial items, applies to this solicitation. The following clauses apply to this solicitation, and FAR 52.246-4 Inspection ofSevices- Fixed price (Aug 1996) applies to this solicitation and subsequent award. The following clauses also apply to this solicitation and are incorporated by reference: FAR 52.217-5 Evaluation of Options in Solicitations; FAR 52.217-9 options to Extend the Term of the Contract; FAR 52.232-19 Availability of Funds of the Next Fiscal Year. The Government will evaluate the options for award purpose by adding the total price of the option year to the price for the basic requirement for a total three year period. The government may determine that an offer is unacceptable if the option prices are significantly unbalanced. The Evaluation of options shall not obligate the Government to exercise the options. The Government may extend the term of this contract by written notice to the contractor within 30 days of the expiration of the contract, provided that the Government shall give the contractor a preliminary notice at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. If the government exercises this option, the extended contract shall be considered to include this option provision. The total duration of this contract including the exercise of any options under this clause shall not exceed 32 months. Prices to the government shall be as low as or lower than those charged to the contractor's most favored customer, in addition to any discounts for prompt payment. The clause at 52.212-3 Offeror Representations and Certifications-Commercial Items, applies to this solicitation. Offerors who fail to submit a completed Representations and Certification may be considered non-responsive. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial items applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial items, applies to this solicitation. Specifically, the following cited clauses are applicable to this solicitation: Far 52.219-6 Notice of Total Small Business Set Aside, Far 52.222-3 Convict Labor, Far 52.233-3 Protest After Award, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, Far 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans on the Vietnam Era, and FAR 52.222-41 Service Contract Act of 1965 as amended, Far 52.232-33 Mandatory Information for Electronic Funds Transfer payment. In compliance with the Service Contract Act of 1965, and the regulations of the Secretary of Labor, this clause identifies the classes of service for 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 USC 5341 or 5332. FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, FAR 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple year and Options contract), DFARS 252.204-7004 Required Central Contract Registration, DFARS 252.232-7009 Payment by Electronic Funds Transfer. For solicitations after 1 Jun 98 all contractors are required to be registered in the Central Contractor Registration (CCR) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Contact CCR at 1-888-352-9333, however, a DUNS number must be known prior to registration. Call Dun and Bradstreet at 1-888-546-0024 to verify or apply for a DUNS number. Wage Determination 94-2331 rev 15 applies to this solicitation. Information concerning FAR clauses can be obtained at http://farsite.hill.af.mil. A copy of the combined synopsis/solicitation, wage determination, Representations and Certifications, and FAR 52.212-3 are located at the www.eps.gov To find this solicitation look under USAF offices, Air Combat Command locations, 99 CONS, Nellis AFB NV post. Contractor shall download the _synopsis_ file and the _other_ file. If you are unable to access the web-site, please contact SSgt. Maria Wirhouski at 702-652-4384, 702-652-5405 (fax), email Maria.Rodridguez@nellis.af.mil or SSgt. Lillian Minor at 702-652-9563, email Lillian.Minor@nellis.a.fmil. Request for Quote are due on or before August 18, 2000 NLT 2:30 PST. Posted 07/27/00 (D-SN479625). (0209)

Loren Data Corp. http://www.ld.com (SYN# 0097 20000731\R-0011.SOL)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |


Created on July 27, 2000 by Loren Data Corp. -- info@ld.com