Ohio Bids > Bid Detail

Group Exercise Instructors

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • G - Social Services
Opps ID: NBD00159516507281250
Posted Date: May 31, 2023
Due Date: Jun 23, 2023
Solicitation No: FA860123Q0090
Source: https://sam.gov/opp/af6700bef7...
Follow
Group Exercise Instructors
Active
Contract Opportunity
Notice ID
FA860123Q0090
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Office
FA8601 AFLCMC PZIO
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 31, 2023 03:18 pm EDT
  • Original Response Date: Jun 23, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 08, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: G003 - SOCIAL- RECREATIONAL
  • NAICS Code:
    • 611620 - Sports and Recreation Instruction
  • Place of Performance:
    Wright Patterson AFB , OH 45433
    USA
Description

REQUEST FOR INFORMATION



The United States Air Force, AFLCMC, Operational Contracting Division, Wright-Patterson Air Force Base, Ohio is seeking capabilities packages of potential small-business sources, including 8(a), HUBZone, Woman-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned (EDWOSB), Veteran Owned (VOSB), and Service-Disabled Veteran-Owned (SDVOSB), that are capable of providing Group Exercise Class Instructors. The 88th FSS/FSVSD is seeking a Firm-Fixed Price contract (base year and four one-year option periods). Firms that respond shall specify that their services meet the specifications provided below, and in the attachments, and provide detailed information to show clear technical compliance, in addition to providing feedback to the questions provided. Additionally, sales history including recent commercial companies sold to shall be included to determine commerciality.



Detailed Specifications are listed in the attachments identified below:




  1. Attachment 1: Draft Performance Work Statement (8 March 2023)

  2. Attachment 2: Draft Performance Work Statement Appendices (8 May 2023)



All interested firms shall submit a response demonstrating their capabilities to provide the requested services, as well as their answers to the questions provided below to the Primary Point of Contact. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Quote) exists, therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall solely be within the Government’s discretion.



The NAICS code assigned to this acquisition is 611620 (Sports and Recreation Instruction) with a standard small business size of $9 million. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), VOSB, SDVOSB, WOSB, EDWOSB, and/or HUBZone). Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated usage of foreign national employees on this effort. Capability responses will be assessed, and the data will be used to assist the Government in determining the acquisition strategy for any potential subsequent action. In accordance with Federal Acquisition Regulation (FAR) 10.001, market research results will be used to determine whether FAR Part 19 criteria are met for a SBSA or further socio-economic set aside. Note that a key factor in determining an acquisition to be a SBSA is that small business prime contractors meet the requirements set forth in compliance with FAR 52.219-14, Limitation of Subcontract. Responses from small businesses, therefore, need to include rationale as to how compliance with FAR 52.219-14 will be achieved. Also, the rules governing affiliation and ostensible subcontracting apply when determining size, as does the non-manufacturer rule. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.



Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments.



CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities to provide the required services. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements, as stated in Attachment 1 & 2 hereto. Additionally, please answer the following questions:




  1. Does firm have the ability to successfully provide instructors and alternates for each of the projected 426 classes per year?


    1. Demonstrate your ability by completing a Staffing Plan, with instructors and alternates clearly identified.



  2. Does firm have the ability to provide a Fitness Lead (FL) who is local to the Dayton area, who will serve as the local Point of Contact (POC) for the contract?

    1. Demonstrate ability by clearly identifying FL on Staffing Plan.



  3. Does firm offer any fitness classes that are not currently listed on the Performance Work Statement (PWS)?

    1. Provide listing of current classes offered, include these classes and their instructors in the aforementioned staffing plan.



  4. Does firm convey commitment to providing instructors for each class?

    1. Demonstrate commitment by clearly completing a contingency plan, providing steps that will be taken to mitigate a lack of instructors for classes, and the impact on the fitness community at Wright-Patterson AFB.



  5. Does firm have any questions, comments, or feedback regarding the current package?

    1. Provide comments and feedback in a separate document, clearly citing the portion of the package (PWS paragraphs, PWS Appendices sections/documents by screenshot or by section) from where the questions, comments, or feedback stem.





Responses may be submitted electronically to the following e-mail addresses:



melissa.prickett@us.af.mil



zachary.huffman.2@us.af.mil



All correspondence sent via email shall contain a subject line that reads “Group Exercise Class Instructors.” If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, or .xls documents are attached to your email. All other attachments may be deleted. Emails shall be limited to 10MB or less.



RESPONSES ARE DUE NO LATER THAN 23 June 2023 by 17:00 Eastern Time. Direct all questions concerning this acquisition to Melissa Prickett at melissa.prickett@us.af.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 937 656 5842 1940 ALLBROOK DR BLDG 1 RM 109
  • WRIGHT PATTERSON AFB , OH 45433-5344
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 31, 2023 03:18 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >