Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2005 FBO #1340
SOLICITATION NOTICE

N -- Rock-Climbing System

Notice Date
7/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 90CONS, 7505 Marne Loop, F.E.Warren AFB, WY, 82005-2860
 
ZIP Code
82005-2860
 
Solicitation Number
Reference-Number-FF1Y3GB5171A100
 
Response Due
8/10/2005
 
Archive Date
8/25/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation /Synopsis: This combined solicitation/synopsis for commercial items 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. The written solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-04. The proposed contract listed is set aside for small business, and applies to Northern American Industrial Classification System Code (NAICS) 339920, and a standard size of 500 employees. Offeror must state in their offer whether they are the manufacturer of the products or obtaining them from another small business or a large business. STATEMENT OF WORK: DESCRIPTION OF PRODUCT/SERVICES: The contractor is to design and install an indoor Rock-Climbing and Bouldering Wall (Rock-Climbing System) for the Community Center (CC) to provide a state of the art indoor rock-climbing program that will appeal to the all ages of population of the F.E. Warren AFB, WY community. The contractor is also to provide training on, but not limited to, operation and maintenance of the Rock-Climbing and Bouldering Wall. This added program is needed to enhance the quality of life of the base by offering quality recreation that is versatile enough to be utilized in an indoor arena. The selected contractor must have full knowledge of the latest equipment (meet Climbing Wall Industry Guide (CWIG) standards) and programs that can also be added on to as needed. Full knowledge would include, but not limited to, equipment; enhancement equipment, such as additional walls; and rock climbing gear. Selected contractor will offer warrantee for product that would stand up to wear and tear of use from all ages. DESCRIPTION OF EQUIPMENT: Contractor shall provide a steel framed climbing wall at a minimum of 32? wide by 20? tall--20? is the exact height), with four 8?sections (beginner, intermediate, advanced, and expert) with at least 200-300 assorted hand holds and a bouldering wall, maximum of 10' tall by minimum of 20' wide with 100 -200 assorted hand holds and a continuous seamless 1 3/4? padded soft flooring material under both walls (Note at least 400 assorted hand holds provided between both walls). Contractor shall utilize the CWIG standards for both walls and requirements for padded soft floor materials. Both walls shall meet structural engineering and certification standards, have a liquid acrylic climbing surface, have eight top-rope belay anchors on climbing wall, and are a welded steel frame. Rock-Climbing System will include 20 harnesses, 10 climbing ropes, and 8 belay devices. All devices shall meet CWIG standards. Rock-Climbing System shall have the capability of expansion to include possible additional walls. Contract must show proof of use of the CWIG standards in all submittals. DELIVERY: The Contractor shall provide expert design system (including providing color pictures of design layout with bid submittal) to meet the needs of base population, coordinating with the contracting officer and contracting officer?s representative (COR). The Contractor shall provide installation of the climbing wall and provide training to staff to operate the climbing wall within 60 calendar days of contract award. Contractor is responsible for providing all material, labor, equipment, shipping, travel, and incidental expenses to design and install system. Contractor will provide two days of training for up to 12 participants. Subjects to be covered are: a. Multiple climbing knots and equipment, and their application. b. Care and maintenance of the climbing wall. c. Implementation of a quality control plan for climbing wall use. d. Marketing and public relations plan for climbing wall use. e. Technical advice for consideration of equipment and materials to be used. f. Curriculum manual for the climbing wall. GENERAL: The Contractor shall adhere to a strict no smoking and no drinking while on the premises. If the installers do smoke, it must be 75 feet from the facility in the designated smoking area. Contractor is not to interact with any youth. If youth are present during the installation, a government official shall monitor contractor. A one-time site visit will be conducted on 2 August 2005 at 0900. All parties interested in attending the site visit must contact the POC listed below for instructions prior to 4:30 p.m. (MST) 1 August 2005. The provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition with the blanks filled in as follows: Technical evaluation of design and price will be evaluated equally. Quotes shall include pricing information and a rock-climbing system design as well as the completed provision at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items, with its offer. The clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. No addenda apply. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items-applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are (b) (5)(i) (14) (15) (16) (17) (18) (23)(i) and (25). The following clauses are also applicable to this acquisition: DFARS 252.225-7001, 252.204-7004, 252.225-7036, 252.225-7014, 252.225-7015, 252.225-7016, 252.225-7021, 252.246-7000 and 252.232-7003. Technical questions must be submitted in writing, either by email (send to amanda.sickels@warren.af.mil and curtis.swan@warren.af.mil faxed to (307)-773-4161, Attn: Lt Sickels or mailed to: 90 CONS/LGCB, Attn: Lt Sickels, 7505 Marne Loop, F.E. Warren AFB, WY 82005-2860. Quotes will be received until 10 August 2005 4:30pm (MST). You may contact Lt Sickels (POC) at (307) 773-3885, for additional information.
 
Place of Performance
Address: Building 151: Fall Hall (Community Center), F.E. Warren AFB, WY
Zip Code: 82005
Country: USA
 
Record
SN00854842-W 20050728/050726212214 (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.