Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2002 FBO #0251
SOLICITATION NOTICE

78 -- heavy-duty Treadmills

Notice Date
8/8/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
F04700-02-T-5048
 
Response Due
8/19/2002
 
Archive Date
9/3/2002
 
Point of Contact
Sean Subas, Contract Negotiator, Phone 661-277-8802, Fax 661-275-7887 , - Mike Keeling, Contract Specialist, Phone 661-277-9119, Fax 661-275-9656,
 
E-Mail Address
sean.subas@edwards.af.mil, mike.keeling@edwards.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is F04700-02-T-5048. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-08 and DFARs Change Notice (DCN) 20020531. This acquisition is a 100% Small Business Set-Aside. The Standard Industrial Classification (SIC) Code is 7991 The NAICS code is 339920. Size standard for this NAICS code is 500 employees. Offerors who are NOT manufacturers need to meet the 500-employee size standard, in addition to offering equipment , greater than 50% of which must come from manufacturers meeting the 500-employee size standard (pursuant to FAR 19.102(f)). The Government anticipates awarding a firm fixed price contract. Please provide at least 3 references: customers, unrelated to offeror, who have been using the specific models being offered -- for at least a year in a heavy-duty, commercial use (gym) environment. The Government will perform a survey (see survey below ) based on the references provided. This acquisition includes Contract Line Item Number: CLIN 0001 Treadmills: 6 each. The following award evaluation will be used: 52.212-2 Evaluation -- Commercial Items (Jan 1999), (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Techncial, Quality and Price. Technical and Quality are of equal importance. In order to be technically acceptable, the item being offered must meet the following minimum characteristics: Minimum warranty (by manufacturer or supplier) of 1 year on all parts and labor, digital heart rate monitoring system, auto alert-maintenance system, greater than or equal to 3 HP direct drive motor (continuous duty), variable incline between 0 and 15 degrees (minimum), variable speed between 0 and 10 mph (minimum), auto stop system, multiple programs, walking surface: minimum 20 inches by 50 inches, built-in accessory tray and reading rack. All quoted items, meeting or exceeding the above minimum characteristics, will then be rated by quality as shown below. To be determined of suitable quality a minimum average score of 4.0 on the Survey will be required. Survey: A rating of 1 to 5 points is to be assigned depending on which of the following grade boxes is checked for each factor following: 1 Unsatisfactory; 2 Marginal; 3 Satisfactory; 4 Very Good; 5 Exceptional; (Unknown or N/A will be given a rating of 1.0 point. Factors: 1) Stability; 2) Cushioning; 3) Quietness; 4) Smoothness; 5) Reliability/ease of maintenance; 6) Warranty [length and comprehensiveness, beyond the minimum, is to be rated]; 7) Prompt Service; 8) Speed and Incline control/range; 9) Display clarity, accessibility of controls. The lowest priced offer, meeting both minimum characteristics and quality rating will be awarded the purchase order. CONTRACTORS MUST COMPLY WITH DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 2000). CONTRACTOR CAN ACCESS THIS CLAUSE BY INTERNET URL: http://farsite.hill.af.mil/VFFARA.HTM . TO REGISTER, GO TO URL: http://www.ccr.gov/ . The following provisions and clauses apply: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this URL: http://farsite.hill.af.mil/VFFARA.HTM. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Provision 52.212-1, Instructions to Offerors--Commercial; clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 - Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; clause 52.232-33 Mandatory information for electronic funds transfer payment). Offerors must include a completed copy of the provision 52.212-3, Offeror Representations and Certifications--Commercial Items with the offer. If the offeror does not have a copy of this provision, contact the Contract Negotiator listed below, to receive a copy. The following DFARs clauses apply to this acquisition: clause 252.212-7001, Contract Terms and Conditions required to implement statutes or executive orders applicable to defense acquistion of commercial items (Mar 1998); 252.225-7001 buy American act and balance of payment program. Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 S Wolfe Avenue, Edwards AFB, CA 93524, on August 19,2002 at 4 pm. Faxed transmissions of quotes are preferred, Fax # (661) 275-7887; phone 661-277-8802; email: sean.subas@edwards.af.mil
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/AFFTC/F04700-02-T-5048/listing.html)
 
Place of Performance
Address: Air Force Flight Test Center, Directorate of Contracting, 5 S Wolfe Avenue, Edwards AFB, CA
Zip Code: 93524
Country: USA
 
Record
SN00136927-F 20020810/020808221620 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.