The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) is seeking Firm Fixed Price (FFP) quotes for the following services: CLIN Description Qty. 0001 Services to staff and operate the NUWCDIVNPT Fitness Center in accordance with the attached Statement of Work (SOW) 5 years 0002 *Contract Data Requirements List (CDRLs) Information Only Not Separately Priced 6 each
Period of Performance: 10/1/2019 through 9/30/2024
Place of Performance is NUWCDIVNPT, Fitness Center, Newport, RI 02841.
This requirement is being solicited as a 100% small business set-aside under the North American Industry Classification System (NAICS) Code 561210, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The Small Business Size Standard is $38.5 million.
This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable, the Offeror shall:
•(1) Submit a Personnel Plan to accomplish all of the Statement of Work tasking. The Personnel Plan shall include group exercise instructors that meet the following qualifications, requirements, and skills:
•a. Provide proof of education in and/or experience in counseling in proper nutrition and/or healthy lifestyles.
•b. Personnel must have a minimum of two (2) years professional experience in the health and fitness career field. Experience in preventative exercise programs, in a corporate or Government environment, is required.
•c. Personnel must have a minimum of two (2) years teaching group exercise classes.
•d. Provide proof of current certification and provide a schedule for updating certification in the following areas:
• i. Personal Trainer*
• ii. Group Exercise*
• iii. CPR*
• iv. AED*
• v. Zumba
• vi. Yoga
• vii. All other specialty group exercise classes proposed
*Certification marked with an asterisk must be possessed by all fitness instructors.
•(1) The Offeror's Personnel Plan shall list the total number of personnel proposed and specify certified personnel, the number of working shifts proposed, and the number of personnel proposed per working shift.
•(2) The offeror shall provide a Total Firm Fixed Price for five years of services under CLIN 0001.
•(3) The Offeror shall provide sufficiently detailed information to allow the Contracting Officer to determine the reasonableness of the proposed costs. The Offeror shall provide a single summary spreadsheet that supports the total amount of CLIN 0001.
The Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within Supplier Performance Risk System (SPRS)) may render a quote being deemed technically unacceptable.
Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The Provisions at FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, 52.209-11, Representation by Corporations Regarding Delinquent Tax apply to this solicitation, and 52.212-1, Instructions to Offerors-Commercial Items applies. FAR Clauses 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment, 52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies. DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support, and 252.225-7031, Secondary Arab Boycott of Israel apply to this solicitation.
This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.
Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. Incorporated provisions and clauses are those through the most current Federal Acquisition Circular.
The following addenda or additional terms and conditions apply: Defense Priorities and Allocations Systems (DPAS) rating DO-C9.
Payment will be made through the Wide Area Workflow (WAWF).
Quotes and all attachments shall be readable by Microsoft Office or Adobe Acrobat. Quotes shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNs number.
Offers must be submitted via email to [email protected]. Offers must be received on or before Thursday 12 September 2019, 2:00 p.m. Eastern Time (EST). Quotes received after the closing date and time may be ineligible for award.
For questions pertaining to this acquisition, please contact Chelsea Isherwood by email: [email protected].