The RFP Database
New business relationships start here

Prehabilitative Neck and Back Fitness Services


Vermont, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial items provided in accordance with the format in FAR Subparts 12.6 and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being request and a written solicitation will not be issued. W912LN-19-R-5004 is issued as a Request for Proposal (RFP) and incorporates provisions and clauses in affect through Federal Acquisition Circular 2005-100.

The Vermont Air National Guard, has a requirement for a vendor to conduct pre-habilitative Athletic Training and Sports & Conditioning training services as outlined in this solicitation and attached Performance Work Statement (PWS).
This requirement is total set aside for small business. The NAICS code and small business size standard for this procurement are 621340 and $7.5 M respectively. Contractors must state in their quotes their business size for this NAICS code.


All questions must be submitted in writing no later than 18 September 2019 at 11:00 a.m. eastern standard time. Offers must be sent in writing to joyce.l.merrill.mil@mail.mil and james.r.yoshikawa.mil@mail.mil not later than 9:00 a.m. eastern standard time, 23 September 2019. Award will be made on or about 27 September 2019.


52.212-2 Evaluation-Commercial Items.
As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation-Commercial Items (Oct 2014)
The Government intends to evaluate offers and award one Firm-Fixed Price, Indefinite Delivery Indefinite Quantity option year contract to a responsible vendor whose quote conforms to this solicitation and is considered most advantageous to the Government.


The period of performance for the contract is a base period of one year, with three one-year option periods. Anticipated award of the contract is 27 September 2019.


Contractors must have an active registration in the System for Award Management (SAM) prior to receiving any contract award. Contractors can register in SAM via the Internet at https://www.sam.gov/.
PROPOSAL FILES:
1. Format. The submission shall be clearly indexed and logically assembled. Each section/factor shall be clearly identified and shall begin at the top of a page. All pages of each section shall be appropriately numbered and identified by the complete company name, date and Request for Proposal (RFP) number in the header and/or footer.
The following additional restrictions apply:
2. File Packaging. All proposals shall be standard documents (i.e. doc, xls, ppt, etc). Please note - Self extracting exe files are not acceptable.
3. Content Requirement. The offeror shall confine submissions to essential matters, sufficient to define the proposal in a concise manner, to permit a complete and accurate evaluation of each proposal.
The quote must contain the following clearly labeled sections: (1) Technical Capability (2) Past Performance References and (3) Management Plan / Key Personnel, (4) Price. Content responsive to each section should be confined to the relevant section, not duplicated in multiple sections. Only sufficient information to permit a complete and accurate evaluation of the proposal should be included. Offerors quote will address the areas provided below.


1) Technical Capability;
a) Demonstrated working relationship between AT and SCS
b) Experience with neck and spine injury rehab and/or continuing education
c) Sample client training plan demonstrating use of both AT and Strength and Conditioning practice standards
d) Conformance with the PWS (providing contractor approach to the PWS and demonstrating an understanding of the requirement)
a. Sample assessment
b. Sample treatment plan
c. Sample quarterly report
2) Past Performance (see FAR 15.304); offeror's will provide 3-5 past performance references/Government Contract Numbers for work of similar size, scope, and duration.
a) Contracts or jobs of similar size and scope (demonstrating work with pre-habilitation / prevention of neck and spinal injuries)
b) Experience developing and/or modifying strength training routines to prevent injury or adapt routines for clients who are currently experiencing injury.
3) Management Plan / Key Personnel:
a) Resumes of key personnel demonstrating the following"
a. AT possess at least two years demonstrated experience or master's degree in athletic training
b. Strength and Conditioning coach certification from one of the following institutions: by NSCA as a CSCS, or NASM as a PES, or CSCCa, as a SCCC / MSCC or ISSA as a SCC.
c. Demonstrated experience in providing client education on nutrition
b) Management Approach; (2) On site staffing plan; (3) Recruiting/Hiring and (4) Administration that clearly demonstrate their capability to provide staffing and the required services for the proposed contract, to include information on surge requirements


4) Price:
Vendors to submit their pricing on the sample task order pricing worksheet for evaluation by the government.
Task order Unit Price proposed shall be the fully burdened rate for the applicable labor categories and inclusive of required reports and CMRA reporting.
Vendor task order pricing is not based on an annual or monthly rate, it shall be the fully burdened rate for the applicable CLIN line and inclusive of required reports and CMRA reporting.
BASIS FOR AWARD


The Government will determine which quote is most advantageous based on the evaluation factors: Technical Capabilities, Past Performance, Management Plan/Key Personnel, and Price.


Technical capabilities and past performance when combined are significantly more important than price


The technical factor will be evaluated in terms of how well the offeror's quote addresses the requirements as set forth in the Performance Work Statement (PWS), the evaluation areas identified above and confirmation of the required licenses and certifications. The government is providing several pieces of fitness equipment as outlined in the PWS. Contractor provided equipment WILL NOT be assessed as part of the evaluation. Past performance will be evaluated based on a minimum of three references provided by the contractor, which will be checked by the VT-PFO-PC. References must be for similar services performed within the last three years. In conducting the past performance evaluation, the Government reserves the right to use both the past performance reference information provided by the offeror, information received by the government when checking vendor submitted past performance references and information obtained from other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases; interviews with Program Managers, Contracting Officers and Fee Determining Officials; the Defense Contract Management Agency (DCMA), and commercial sources.
Negative past performance found using these sources within the last three years may result in a past performance confidence rating of "Unsatisfactory Confidence"


Offerors will be cautioned that the award may not necessarily be made to the lowest cost/price offered. However, even if it is indicated that factors other than price, when combined, are weighted more important than price, if non-price factors do not provide an adequate basis to distinguish between offers, the Government reserves the right to make award based on price. Because award will be made based on best overall value to the government, not on price alone, it is important that proposals describe how the contractor proposes to meet the requirements of the PWS, not just a price without a description of the offeror's capabilities.


Services are in support of the VTANG Fighter Squadron at 45 NCO drive, South Burlington, VT 05403-5837.


All responsible sources may submit an offer which, if received in a timely manner, will be considered.
The Government intends to evaluate offers and award a contract without discussions. Therefore the offeror's initial quote should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to seek clarification or to conduct discussions if later determined by the Contracting Officer to be necessary. The government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.


This requirement contains 52.217-8, Option to Extend Services. Circumstances may arise that require the Contracting Officer to utilize FAR 52.217-8, Option to Extend Services, upon the performance end date of Option Period Three, for no more than six (6) months. Pricing for an additional six (6) months will be evaluated based off of pricing proposed for Option Period Three by adding one-half of the offeror's final option period price to the offeror's total price. Thus, the offer's total price for the purpose of evaluation will include the base period, 1st option, 2nd option, 3rd option and ½ of the 3rd option. Inclusion of this clause shall not obligate the Government to exercise the options(s).


A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.


The government will award a single firm fixed price, indefinite delivery/indefinite quantity contract. The contracting officer will issue individual firm fixed price task orders (TO) for services.


James R. Yoshikawa, Contract Specialist, Email james.r.yoshikawa.mil@mail.mil - Joyce L Merrill, Supervisory Contract Specialist, Email joyce.l.merrill.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP