Federal Bid

Last Updated on 10 Jul 2019 at 1 AM
Combined Synopsis/Solicitation
Wilson New york

Yoga Classes

Solicitation ID N00259-14-T-0147
Posted Date 16 Apr 2014 at 4 PM
Archive Date 09 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Wilson New york United states 34800
This is a COMBINED SOLICITATION/SYNOPSIS for commercial services which the Naval Medical Center San Diego intends to solicit as a 100% small business set-aside under the authority of FAR 6.203. This is a combined Solicitation/Synopsis 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, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number N00259-14-T-0147 is issued as a request for quotation (RFQ). The closing date is 28 April 2014 @ 8:00a.m. Pacific Daylight Time. POC: Kevin W. Knapp Purchasing Agent, [email protected]. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-72 January 30, 2014.

It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap/dars/dfars/index; www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 611699; Size: $10.0M. Naval Medical Center San Diego requests responses from qualified sources capable of providing the following items:


Item Number-0001 Yoga Instructor
Item Number 0001
One (1) Hour yoga Class Base Year.
The instructor will provide one (1) hour yoga classes as needed. Maximum of 20 classes will be held for the remainder of FY14. Period of Performance 01 May 2014 - 30 September 2014
To be performed in Accordance with the Performance Work Statement.
Qty 20 classes $_________________

Item Number-0002 Yoga Instructor (Option Year One)
Item Number 0002
One (1) Hour yoga Option Year One.
The instructor will provide one (1) hour yoga classes as needed. Maximum of 60 classes will be held for FY15. Period of Performance 01 October 2014 - 30 September 2015
To be performed in Accordance with the Performance Work Statement.
Qty 60 classes $_________________

Item Number-0003 Yoga Instructor (Option Year Two)
Item Number 0003
One (1) Hour yoga Option Year Two.
The instructor will provide one (1) hour yoga classes as needed. Maximum of 60 classes will be held for FY16. Period of Performance 01 October 2015 - 30 September 2016
To be performed in Accordance with the Performance Work Statement.
Qty 60 classes $_________________

Item Number-0004 Yoga Instructor (Option Year Three)
Item Number 0004
One (1) Hour yoga Option Year Three.
The instructor will provide one (1) hour yoga classes as needed. Maximum of 60 classes will be held for FY17. Period of Performance 01 October 2016 - 30 September 2017
To be performed in Accordance with the Performance Work Statement.
Qty 60 classes $_________________

Item Number-0005 Yoga Instructor (Option Year Four)
Item Number 0005
One (1) Hour yoga Option Year Four.
The instructor will provide one (1) hour yoga classes as needed. Maximum of 60 classes will be held for FY18. Period of Performance 01 October 2017 - 30 September 2018
To be performed in Accordance with the Performance Work Statement.
Qty 60 classes $_________________

 


PERFORMANCE WORK STATEMENT
1.0 BACKGROUND

1.1
General. The mission of Naval Medical Center, San Diego (NMCSD) is to be the nation's premier military medical center; providing world-class care, anytime, anywhere. The mission of the Mind Body Medicine is to efficiently deliver evidence-based and scientifically demonstrated beneficial mind body medicine self-care modalities to Tricare beneficiaries and NMCSD staff to promote resilience and health. Mind Body Medicine resources will support the health and wellness needs of active duty and their family members, reserve component members, civilian beneficiaries, and retirees.

2.0 SCOPE

2.1
Scope of Work. The Contractor shall provide health enhancing yoga practices to able-bodied personnel and those individuals with physical and emotional disabilities participating in a Mind Body Medicine program.

2.2
Specific Duties

2.2.1
Yoga instruction will be provided as part of Mind Body Medicine courses designed for specific patient and other populations. Yoga demonstrations may also be offered to the greater Tricare beneficiary population outside of the confines of a Mind Body Medicine course. Times and dates of individual classes are varied and dependent on these various Mind Body Medicine courses. The head of Mind Body Medicine will notify the contractor of the times and dates of these events. Up to 20 yoga classes will be offered for the remainder of the fiscal year and then up to 60 will be offered yearly, unless otherwise specified by the head of Mind Body Medicine.

2.2.2
Instructor must have the ability to provide health enhancing yoga practices. Instructor must also have an extensive knowledge base of various physical impairments and precautions associated with those disabilities including open wounds related to recent amputations, skin break down, prosthetic use and overall general daily functioning associated with disabilities.

2.2.3
The contractor must have the ability to adapt yoga poses for participants that exhibit a wide variety of physical and emotional challenges. The contractor will have the ability to aid these participants with the goal of improved body function and to support ongoing wound healing.

2.2.5
The contractor will perform classroom setup prior to each class. Equipment that requires set up is: Yoga mats, yoga blocks, yoga straps, folding chairs, blankets, and sand bags. The contractor will assist in proper storage of equipment upon class completion.

2.2.6
The Contractor will conduct the yoga classes in conjunction with the NMCSD Program Staff.

2.2.7

Contractor employees shall hold current First Aid and CPR certifications and have them readily available for inspection.

2.2.8
Instructor must be a current National Yoga Alliance Registered Yoga Teacher with experience teaching yoga classes to physically challenged participants. Instructor must have experience with gym equipment.

2.2.9
Contractor employees shall have ability to communicate orally and in writing.

3.0 GOVERNMENT FURNISHED EQUIPMENT.

3.1
For services performed on site at the NMCSD, the government will provide, without cost to the contractor, the facility and equipment listed below which the contractor shall use only for the performance of this contract.

3.1.1
Facilities used for this program include: NMCSD, Bldg 6, DMH Conference Room, Bldg 3, 1st Deck OB/GYN Conference room, Bldg 500 - OASIS program; NMCSD Bldg 26, 1st floor - Health and Wellness Dept; any alternate location as designated by the Head, Mind Body Medicine. The Contractor and Contractor employees shall make no use of any Government facilities or other Government property in connection with outside employment.

3.1.2
Equipment includes: Yoga mats; yoga blocks; yoga straps; folding chairs; blankets; sand bags, other associated equipment. Government property furnished to the Contractor shall be for the sole purpose of performance of contract requirements. Property and services shall not be removed from the Government installation.

4.0 QUALITY ASSURANCE
4.1
Contractor Quality Control

4.1.1
Quality of Service. The services specified in this Performance Work Statement shall be performed in accordance with established principles and ethics of the Mind Body Medicine staff. The quality and content of the class presentations will meet or exceed the current recognized standards established by the Joint Commission on Accreditation of Healthcare Organizations (Joint Commission), the American Hospital Association (AHA) and those other professional associations that specify standards of performance for sports and rehabilitative activities.

4.2
Government Quality Assurance

4.2.1
The Government will monitor contractor performance in accordance with the objectives detailed in the following
Quality Assurance Surveillance Plan (QASP).

4.2.2 Quality Assurance Surveillance Plan (QASP)


Performance
Objective Standard Acceptable
Quality Level Surveillance
Method
Yoga training IAW
Paragraph
2.2.2/2.2.3 All new student patients will be able to
independently and safely practice the healing art of yoga. 80% in 6 months Observation by
the Program
Manager


5.0 OTHER PROVISIONS

5.1
Hours of operation. Mind Body Medicine operating hours are from 0730-1600, Monday - Friday.

5.2
Federal Holidays. Contractor services will not be required on the following federally established holidays: New Year's Day, Martin Luther King's Birthday, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day and Christmas Day. The government will not compensate the contractor for these periods of planned absences.

5.3
Identification Badge. The contract workers shall display an identification badge, which includes the contract worker's full name and professional status (furnished by the Government) on the right breast of the outer clothing. Security badges provided by the Government shall be worn when on duty. Upon termination, the contract worker will return identification badge to the COR/GPOC.

5.4
Course Reminders. Mind Body Medicine staff shall give a class reminder call to scheduled participants in all programs.

5.5
Records. The contractor is responsible for adhering the conditions contained in the clause "PRIVACY AND SECURITY OF PROTECTED HEALTH INFORMATION (AUG 2007) contained in the contract. All records produced in the performance of this contract and all evaluations of patients are the property of, and subject to the exclusive control of, the Government. The Contractor may retain a copy of all such records or evaluations, but may not provide further copies or disclose the information from such records or evaluations to third parties. All requests from other treatment facilities or other individuals for patient records shall be handled in accordance with procedures specified by MTF instructions.

*End Performance Work Statement*

 

Contractor must be registered to the System for Award Management (SAM) prior to award. The website address for SAM registration is http://www.sam.gov .
Contractor SHALL complete FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, when submitting a proposal. The website address is http://www.acq.osd.mil.
52.204-7 Central Contractor Registration (DEC 2012)
52.204-13 Central Contractor Registration Maintenance (DEC 2012)
52.212-1 Instruction to Offerors-Commercial Item(FEB 2012)
52.212-3 Offeror Representations and Certification Items(MAR 2012)
52.212-4 Contract Terms and Conditions-Commercial Items(FEB 2012)
52.212-5 Contract and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAR 2012).
52.219-28 Post Award Small Business Program Representation (April 2012)
52.222-3 Convict Labor (JUN 2007).
52.222-19 Child Labor-Cooperation with Authorities and Remedies (MAR 2012)
52.222-21 Prohibition of Segregated Facilities (FEB 1999)
52.222-26 Equal Opportunity (MAR 2007)
52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010).
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006)
52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)
(31U.S.C. 3332).
52.252-2 Clauses Incorporated By Reference (FEB 1998).
52.252-1 Solicitation Provision Incorporated by Reference (FEB 1998)
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007).
252.225-7001 Buy American and Balance of Payment Program (DEC 2012).
252.232-7003 Electronic Submission of Payment Request (MAR 2007).
252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003).
52.212-2 Evaluation- Commercial Items (JAN 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose confirming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation factors in descending order of importance:
1) Technical Capability, 2) Past Performance, and 3) Price.

The following factors to be used to evaluate offers: Technical Capability, Defined as ability of the offeror to meet the objectives listed in the PWS. Past Performance; offeror must submit references from similar work performed in the last three years. Technical capability and Past Performance, when combined, are significant evaluation factors that will be most advantageous to the Government. Contractors who do not meet the first 2 factors will not undergo a price evaluation.

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 08 Apr 2013 at 2 PM
Kansas city Missouri 01 Feb 2024 at 4 PM
Location Unknown 12 Apr 2010 at 7 PM
Location Unknown 29 Mar 2010 at 3 PM
Location Unknown 08 Mar 2010 at 10 PM

Similar Opportunities

Pennsylvania 26 Jul 2025 at 4 AM (estimated)
Pennsylvania 26 Jul 2025 at 4 AM (estimated)
Texas 10 Jul 2025 at 7 PM
Norfolk Virginia 25 Jul 2025 at 3 PM
Norfolk Virginia 25 Jul 2025 at 3 PM