Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FA461319Q1012
Combined Synopsis/Solicitation Solicitation Number: FA461319Q1012 Purchase Description: Aerobics Instructors This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance...
Combined Synopsis/Solicitation Solicitation Number: FA461319Q1012 Purchase Description: Aerobics Instructors This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the Federal Business Opportunities (FBO) web-site as a Total Small Business Set Aside. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461319Q1012, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 611620, with a small business standard of $7.5M. The Government intends to award a Blanket Purchase Agreement (BPA) to a single contractor. The Government only intends to award one BPA. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2019-02 effective 06-May-2019, Defense Federal Acquisition Regulation Supplement DPN 20190215 effective 15-Feb-18 and Air Force Federal Acquisition Regulation Supplement AFAC 2018-0525 effective 5/25/2018 DESCRIPTION OF ITEMS/SERVICES: All CLIN's F.O.B. Destination. The Contractor shall provide instructors who are certified to teach at a minimum: spin, zumba, HIIT, and yoga classes. As these are the minimum courses, the contractor may provide additional classes and pricing on attachment 4, bid schedule. The courses need to be in accordance with the attached Statement of Work. There will be approximately 520 classes per year. Attachments: Attachment 1 - PWS Attachment 2 - Wage Determination 15-5405 Rev 7 Attachment 3 - BPA Terms and Conditions Attachment 4 - Bid Schedule EFFECTIVE PERIOD OF BPA: This BPA is effective from 21 June 2019 - 21 June 2024 PLACE OF DELIVERY: FE Warren AFB, WY RFQ Questions All questions must be emailed to the shania.brown@us.af.mil and received no later than 12:00 PM EST on Wednesday, 5 June 2019. All questions and responses will be posted to the FEDBIZOPS website by COB Thursday, 6 June 2019. Government-Wide Commercial Purchase Card (GPC) The method of payment for this requirement will be the Government-Wide Commercial Purchase Card. Federal Acquisition Regulation (FAR) 13.301(a) states in part that the [GPC] card is authorized for use in making and/or paying for purchases of supplies and services. FAR 13.001 states that the Governmentwide Commercial Purchase Card (GPC) means a purchase card, similar in nature to a commercial credit card, issued to authorized agency personnel to use to acquire and to pay for supplies and services. Offers 1. Offers must, at a minimum, contain the information required by the clause at Federal Acquisition Regulation (FAR) 52.212-1(b): Submission of Offers - (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered 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 offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer 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. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 2. The items to be quoted are listed on the Bid Sheet attached to this solicitation. Please place your quoted cost in the "Unit Price" column for each item, and place the total cost in the "Total Cost" column of each item on the Bid Sheet. Responses/quotes MUST be received no later than Wednesday, June 12, 2019; 1500 (Mountain Standard/Daylight Time). Forward responses by e-mail to shania.brown@us.af.mil Offerors must ensure that their company is registered with System for Award Management (SAM) prior to award. For information refer to: https://www.sam.gov/portal/public/SAM/