Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2005 FBO #1220
SOLICITATION NOTICE

78 -- Pro-Spot P-600 Package

Notice Date
2/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
423910 — Sporting and Recreational Goods and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 341CONS, 7015 Goddard Drive, Malmstrom AFB, MT, 59402-6863
 
ZIP Code
59402-6863
 
Solicitation Number
FE462650060067
 
Response Due
2/24/2005
 
Point of Contact
Bryan DuBose, Contract Specialist, Phone 406-731-4031, Fax 406-731-3748, - Nicole Baert, Contract Specialist, Phone 406-731-4037, Fax 406-731-3748,
 
E-Mail Address
bryan.dubose@malmstrom.af.mil, nicole.baert@malmstrom.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS Quality of Life Pro Spot P-600 Package (i) This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number FE462650060067 The clause at FAR 52.211-6, Brand name or equal applies to this requirement. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26. (iv) This procurement is being issued as a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 423910 with a small business size standard of 500 employees. (v) This combined synopsis and solicitation is for the purchase of a Quality of Life Pro Spot P-600 Package For 341 Operation Group. Summary of work: The contractor shall provide all labor, equipment, tools, accessories and materials, to include freight charges to purchase/install Pro Spot P-600 Package, or equal, to include PHL-60 Hi-Lo pull, PWS-200 weight stack, dip station and PBL-21 bench with leg developer, 3-tier dumbbell rack, 5-50lb rubber encased dumbbell set with chrome contoured handles, 60lb and 70lb dumbbells. Installation will include travel to twenty (20) Missile Alert Facilities (MAF). Dimensions of Pro Spot P-600, or equal, can not exceed 85”Hx57”Dx63”W. Two year warranty of parts and one year on labor. 1.1. Quotes should be made on a per mile and per service basis. In addition, the contractor should state whether they are able to provide all of the listed services. Pro Spot P-600 package will be delivered to Base Supply at Malmstrom AFB, MT. Contractor will pick up Pro Spt P-600 package at Malmstrom AFB, MT and deliver/install at MAFs. One way mileage listed below is from Malmstrom AFB to following MAFs: Alpha – 27.3 miles, Bravo – 50.7 miles, Charlie – 64.1 miles, Delta – 98.4 miles, Echo – 135.0 miles, Fox – 67.3 miles, Golf – 51.8 miles, Hotel – 47.3 miles, India – 50.8 miles, Juliet – 40.3 miles, Kilo – 123.2 miles , Lima – 103.1 miles, Mike – 93.6 miles, November – 121.8 miles, Oscar – 138.8 miles, Papa – 68.3 miles, Quebec – 84.4 miles, Romeo – 69.7 miles, Sierra – 55.4 miles and Tango – 97.4 miles. 1.2. Services include purchase and installation of: 1) 20 – Pro Spot P-600, or equal, to include PHL-60 Hi-Lo pull, PWS-200 weight stack, dip station and PBL-21 bench with leg developer. ProSpot P-600 Unit must offer patented “Grab & Go” touch sensitive technology with unrestricted lateral, vertical, forward and backward free-weight movements, ability to release barbell in any position without maneuvering bar to locking position, free hanging barbell with bi-lateral touch sensor embedded in barbell, dual electronic locking mechanisms, computerized control system, quadruple, cabling system, vinyl-coated 2,000 lb test aircraft grade cable, sealed bearing pulley, ETL listed conforming to UL standard 1647, Olympic touch sensor barbell with spring clips, 6 weight plate holders side to side barbell ratcheting, Spot Blocks, dual-weight stacks, 360 degree rotating, adjustable height, cable pulleys, easy-adjust weight stack positioning, two stirrup handles, foot brace, 36” chrome swivel lat bar, barbell keeper, 2 accessory hooks, wheelchair accessible, 3-tier dumbbell rack, 5-70lb rubber encased dumbbells (5lb – 50 lb increments, 10 lb increments 60-70 lb) with chrome contour handles. Unit must have commercial rating. 2) 40 - Two tier 4’ dumbbell rack – NT1710 3) 40 – VTX, or equal, 8 sided rubber encased dumbbell with chrome contoured handle 5 lb sold in each – SD-R 5lb 4) 40 – VTX, or equal, 8 sided rubber encased dumbbell with chrome contoured handle 10 lb sold in each – SD-R 10lb 5) 40 – VTX, or equal, 8 sided rubber encased dumbbell with chrome contoured handle 15 lb sold in each – SD-R 15lb 6) 40 – VTX, or equal, 8 sided rubber encased dumbbell with chrome contoured handle 20 lb sold in each – SD-R 20lb 7) 40 – VTX, or equal, 8 sided rubber encased dumbbell with chrome contoured handle 25 lb sold in each – SD-R 25lb 8) 40 – VTX, or equal, 8 sided rubber encased dumbbell with chrome contoured handle 30 lb sold in each – SD-R 30lb 9) 40 – VTX, or equal, 8 sided rubber encased dumbbell with chrome contoured handle 35 lb sold in each – SD-R 35b 10) 40 – VTX, or equal, 8 sided rubber encased dumbbell with chrome contoured handle 40 lb sold in each – SD-R 40lb 11) 40 – VTX, or equal, 8 sided rubber encased dumbbell with chrome contoured handle 45 lb sold in each – SD-R 45lb 12) 40 – VTX, or equal, 8 sided rubber encased dumbbell with chrome contoured handle 50 lb sold in each – SD-R 50lb 13) 40 – VTX, or equal, 8 sided rubber encased dumbbell with chrome contoured handle 60 lb sold in each – SD-R 60lb 14) 40 – VTX, or equal, 8 sided rubber encased dumbbell with chrome contoured handle 70 lb sold in each – SD-R 70lb 1.3. POINT OF CONTACT: If you have any questions, please contact SSgt Bryan Dubose at (406) 731-4031. (vi) Delivery requested no later than 23 April 2005. FOB destination, Malmstrom AFB, MT 59402. (vii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition. (viii) Quotes will be evaluated on price, price related factors and ability to meet specifications. (ix) The offeror must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items. (x) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. (xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (June 2004) (DEVIATION), applies to this acquisition which includes: FAR 52.219-8, Utilization of Small Business Concerns (Oct 2000), FAR 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246), FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212), FAR 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793), 52.222-41, Service Contract Act of 1965, as Amended (May 1989), FAR 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Apr 2003)(46 U.S.C. Appx 1241 and 10 U.S.C. 2631) (xii) The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable: DFARS 252.225- 7036. Buy American Act and Balance of Payment Program; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings, Alternate I; FAR 52.252-2, Clauses Incorporated by Reference (Feb. 98), FAR 52.233-3 Alterations in Solicitation (Apr 1984), FAR 52.233-4 Alterations in Contract (Apr 1984) (xiii) The clause at DFARS 252.232-7003, Wide Area Work Flow applies to this acquisition. The clauses at FAR 52.204-7, Central Contractor Registration (Oct 2003) and DFARS 252.204-7004, Alternate A (Nov 2003) applies to this acquisition. (xiv) All firms or individuals responding must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/. The Government reserves the right to award on a multiple award or an all or none basis. (xv) Quotes are required to be received no later than 09:00 AM MST, Monday, 24 Feb 2005. All quotes must be faxed to (406) 731-4005 to the attention of SSgt Bryan Dubose.. (xvi) Direct your questions as well to SSgt Bryan Dubose at (406) 731-4031 or e-mail address bryan.dubose@malmstrom.af.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-FEB-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 28-MAR-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFSC/341CONS/FE462650060067/listing.html)
 
Place of Performance
Address: Malmstrom AFB Montana 59402
Zip Code: 59402
Country: USA
 
Record
SN00777475-F 20050330/050328212633 (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.