Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2006 FBO #1663
MODIFICATION

99 -- Nationwide Preventive Maintenance and Service of Fitness Equipment

Notice Date
6/14/2006
 
Notice Type
Modification
 
Contracting Office
Faa William J. Hughes Tech. Center, Atlantic City , NJ 08405
 
ZIP Code
08405
 
Solicitation Number
HSCEAM06R00036
 
Response Due
6/23/2006
 
Archive Date
7/13/2006
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and 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. The solicitation number is HSCEAM06R00036 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular . The associated North American Industrial Classification System (NAICS) code for this procurement is with a small business size standard of 0 employees. This requirement is unrestricted and only interested offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Friday, June 23, 2006 at 14:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be , null null The DHS-Transportation Security Administration requires the following items, MEET OR EXCEED, to the following: LI 001, SECTION B--SUPPLIES OR SERVICES AND PRICES/COSTS Nationwide Preventive Maintenance and Service of Life Fitness Equipment Contractors are instructed to submit pricing for the base year only via www.fedbid.com. All option year pricing must be submitted via email to Steve.L.Davis@SecureSkies.Net or faxed to 609-813-3446 Attn: Steve Davis SECTION C--DESCRIPTION/SPECIFICATIONS/WORK STATEMENT This is a solicitation for Nationwide Preventive Maintenance and Service of Life Fitness Equipment, located at Federal Air Marshal Service Field Offices throughout the CONUS. The NAICS code for this action is 339920. One contract will be awarded as a result of this solicitation. The period of performance is planned for July 22, 2006 through July 21, 2007. This solicitation incorporates four one- year option periods from July 22, 2007 through July 21, 2011. The following Statement of Work sets forth the contract performance requirements for Nationwide Preventive Maintenance and Services of Life Fitness equipment: Treadmills - Contractor provides 4 scheduled PM visits per year. All calls for service and required parts are included at no additional charge Lifecycles - Contractor provides 2 scheduled PM visits per year. All calls for service and required parts are included at no additional charge. Steppers - Contractor provides 2 scheduled PM visits per year. All calls for service and required parts are included at no additional charge. Cross Trainers - Contractor provides 2 scheduled PM visits per year. All calls for service and required parts are included at no additional charge. Strength Equipment -Contractor provides 2 scheduled PM visits per year and unlimited labor and travel on all service calls. Parts will be billed separately. Note - Contractor shall respond to all service calls within 3 business days., 1, EA; LI 002, LOCATIONS: California Field Office Description Qty Treadmill 2 9500 Rear Drive CT 2 Lifecycle Exercise Bike 2 MTS Abdominal Crunch 1 MTS Biceps Curl 1 MTS Triceps Extension 1 Smith Machine 1 Dual Pulley Pulldown 1 Dual Pulley Row 1 Dual Adjustable Pulley 2 Dip & Chin Assist 1 Colorado Field Office Description Qty Treadmill 3 Lifecycle Exercise Bike 2 9500 Rear Drive CT 3 Independent Stair 1 MTS Abdominal Crunch 1 MTS Biceps Curl 1 MTS Triceps Extension 1 Smith Machine 1 Dual Pulley Pulldown 1 Dual Pulley Row 1 Dual Adjustable Pulley 2 Rear Deltoid/Pectoral Fly 1 Florida Field Office (1) Description Qty Treadmill 3 9500 Rear Drive CT 2 Lifecycle Exercise Bike 2 MTS Abdominal Crunch 1 Smith Machine 1 Dual Adjustable Pulley 2 Rear Deltoid/Pectoral Fly 1 Dip & Chin Assist 1 Florida Field Office (2) Description Qty Treadmill 4 9500 Rear Drive CT 2 Lifecycle Exercise Bike 2 Smith Machine 1 Cable Crossover Adjust. 1 Georgia Field Office Description Qty Treadmill 2 Life Fitness Exercise Bike 2 9500 Rear Drive CT 2 Smith Machine 1 Dual Adjustable Pulley 1 Illinois Field Office Description Qty Treadmill 3 Cross Trainer 3 Exercise Bike 2 Smith Machine 1 4 Station Multi 1 MTS Abdominal 1 MTS Bicep Curl 1 MTS Tricep Extension 1 Pro 2 Assisted Dip/Chin 2, 79, EA; LI 003, Massachusetts Field Office Description Qty Treadmill 2 Life Fitness Exercise Bike 2 9500 Rear Drive CT 2 Smith Machine 1 Dual Adjustable Pulley 2 Michigan Field Office Description Qty Treadmill 2 Cross-Trainer Total Body 2 Lifecycle Exercise Bike 1 Lifecycle Recumbent 1 Smith Machine 1 Dual Adjustable Pulley 2 Minnesota Field Office Description Qty Treadmill 2 9500 Rear Drive CT 2 Lifecycle Exercise Bike 2 Smith Machine 1 Dual Adjustable Pulley 1 Nevada Field Office Description Qty Treadmill 1 Cross-Trainer Total Body 3 Lifecycle Exercise Bike 1 Lifecycle Recumbent 2 Smith Machine 1 Cable Crossover Adjust 1 New Jersey Field Office (1) Description Qty Treadmill 2 9500 Rear Drive CT 2 Lifecycle Exercise Bike 2 MTS Abdominal Crunch 1 MTS Biceps Curl 1 MTS Triceps Extension 1 Dual Pulley Pulldown 1 Dual Pulley Row 1 Dual Adjustable Pulley 2 Low Back Extension 1 Side Lateral Raise 1 Rear Deltoid/Pectoral Fly 1 Smith Machine 1 New Jersey Field Office (2) Description Qty Treadmill 8 9500 Rear Drive CT 4 Lifecycle Exercise Bike 4 Lifecycle Recumbent 4 MTS Abdominal Crunch 1 MTS Biceps Curl 1 MTS Decline Press 1 MTS Front Pulldown 1 MTS Incline Press 1 MTS High Row 1 MTS Seated Leg Curl 1 MTS Leg Extension 1 MTS Row 1 MTS Shoulder Press 1 MTS Squat 1 MTS Triceps Extension 1 Smith Machine 2 Multi Hip 1 Standing Calf 1 Dual Pulley Pulldown 1 Dual Pulley Row 1 Dual Adjustable Pulley 2 Side Lateral Raise 1 Rear Deltoid/Pectoral Fly 1 Dip & Chin Assist 2, 95, EA; LI 004, New York Field Office Description Qty Treadmill 2 9500 Rear Drive CT 2 Lifecycle Exercise Bike 2 Seated Leg Curl 1 Seated Leg Curl 1 Uni-Lateral Leg Press 1 Smith Machine 1 Dual Adjustable Pulley 2 North Carolina Field Office Description Qty Treadmill 2 Lifecycle Exercise 2 9500 Rear Drive CT 2 Smith Machine 1 Dual Adjustable Pulley 1 Dual Pulley Pulldown 1 Dual Pulley Row 1 Cable Crossover Adjust 1 MTS Abdominal Crunch 1 MTS Biceps Curl 1 MTS Triceps Extension 1 Dip & Chin Assist 1 Northern Virginia Field Office Description Qty Treadmill 4 Cross-Trainer Total Body 2 Lifecycle Exercise Bike 2 MTS Abdominal Crunch 1 MTS Biceps Curl 1 MTS Triceps Extension 1 Smith Machine 1 Dual Pulley Pulldown 1 Dual Pulley Row 1 Dual Adjustable Pulley 2 Rear Deltoid/Pectoral Fly 1 Ohio Field Office (1) Description Qty Treadmill 3 Cross Trainer 2 Lifecycle Exercise Bike 1 Recumbent Lifecycle 1 Adjustable Pulley 1 MTS Abdominal Crunch 1 MTS Triceps Extension 1 Assited Dip/Chin 1 Pectoral Fly/Rear Deltoid 1 Lat Pulldown 1 MTS Biceps Curl 1 Smith Machine 1 Ohio Field Office (2) Description Qty Treadmill 2 Lifecycle Exercise Bike 1 LC9500 Recumbent Bike 1 9500 Rear Drive CT 2 MTS Abdominal Crunch 1 MTS Biceps Curl 1 MTS Triceps Extension 1 Smith Machine 1 Plate Loaded Linear Leg 1 Dual Pulley Pulldown 1 Dual Adjustable Pulley 1 Dip & Chin Assist 1, 73, EA; LI 005, Texas Field Office (1) Description Qty Treadmill 3 Lifecycle Exercise Bike 2 Independent Stair 1 9500 Rear Drive CT 3 MTS Abdominal Crunch 1 Smith Machine 1 Dual Pulley Pulldown 1 Dual Adjustable Pulley 2 Texas Field Office (2) Description Qty Treadmill 2 Cross-Trainer Total Body 2 Lifecycle Exercise Bike 2 Smith Machine 1 Dual Adjustable Pulley 2 Pennsylvania Field Office Description Qty Treadmill 2 9500 Rear Drive CT 2 Lifecycle Exercise Bike 2 MTS Abdominal Crunch 1 MTS Biceps Curl 1 MTS Triceps Extension 1 Smith Machine 1 Dual Pulley Pulldown 1 Dual Pulley Row 1 Dual Adjustable Pulley 1 Rear Deltoid/Pectoral Fly 1 Dip & Chin Assist 1 Washington State Field Office Description Qty Treadmill 1 Lifecycle 1 Cross Trainer 1 Smith Machine 1 Dual Adjustable Pulley 1, 43, EA; For this solicitation, DHS-Transportation Security Administration intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. DHS-Transportation Security Administration is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith offers, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Steve Davis at steve.l.davis@secureskies.net or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price, regardless of the evaluation criteria used by the Buyer; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate the offer. Please note that any such evaluation criteria must be articulated in the solicitation to the extent required by such regulations and/or guidelines. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to steve.l.davis@secureskies.net (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. CAUTION STATEMENT Option year prices and all information required I/A/W clauses 3.2.2.5-1, Instructions to Offers Commercial Items and 3.2.2.5-3 Offeror Representations and Certifications Commercial Items must be submitted via email to Steve.L.Davis@SecureSkies.Net or faxed to 609-813-3446, Attn: Steve Davis. 3.1-1 CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE (SEP 2002) This solicitation, as applicable, incorporates by reference one or more provisions or clauses listed below with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available. 3.2.2.5-4, Contract Terms and Conditions-Commercial Items (February 2003) 3.2.2.5-4 (cont)The following addenda has been attached - clause 3.2.4-35 Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days ; provided, that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option provision. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed _5_ (years). 3.2.4-31 Evaluation of Options, 3.3.1-10 Availability of Funds; 3.2.2.5-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (February 2003), 3.2.5-6 Restrictions on Subcontractor Sales to the TSA, 3.6.1-3 Use of Small Business Concerns, 3.6.2-5 Prohibition of Segregated Facilities; 3.6.2-9 Equal Opportunity; Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era; 3.6.2-13 Affirmative Action for Workers with Disabilities; 3.6.2-14 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 3.6.4.2 Buy American Act; 3.6.4-10 Restrictions on Certain Foreign Purchases; 3.3.1-34 Payment by Electronic Funds Transfer-Central Contractor Registration; 3.6.2-28 Service Contract Act of 1965; 3.6.2-30 Fair Labor Standards Act and Service Contract Act-Price Adjustment 3.2.2.5-3, Offeror Representations and Certifications Commercial Items (February 2003) Offerors can contact Steve.L.Davis@SecureSkies.Net for copy of Clause. 3.2.2.5-1, Instructions to Offers Commercial Items L.1 Past Performance Information Offerors shall submit with its proposal at least 2 completed contracts for the same/similar service, which were completed within the last 5 years prior to the date specified herein for the receipt of offers. This requirement applies to contracts over $50,000.00, and shall include contracts/orders with Federal agencies, state and local government agencies and commercial customers. For each contract/order listed pursuant to the above, the offeror shall include the following information: 3.2.2.5-1 (cont) (1) Name and address of the contracting government activity, or the name and address of the commercial customer. (2) The name of the Administration Contracting Officer (ACO), and his or her telephone number (3) The contract/order number or other means of document identification if no contract/order number was assigned. (4) The total dollar value of the contract. (5) A description of the service provided under the contract. (6) The duration of the contract (measured from the contract award date to the final day of contract) This information will be used to evaluate the offerors past performance; 3.2.2.5-1 (cont) L.2 Option Period Pricing There are four (4) term option years included in this solicitation. You are required to submit an offer on the Option Years in addition to the Base Ordering Year. Failure to submit for all Option Years may be deemed non-acceptance of the option an may result in rejection of your entire proposal. See Caution Statement for further instructions. 3.2.2.5-2, Evaluations, Commercial Items (August 2002) M-1 Evaluation of Offerors (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 technical factors shall be used to evaluate offers: (1) Past Performance (2) Delivery. Past Performance and Delivery, when combined, are more important than price. 3.2.2.5-2 (cont) (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 3.2.2.5-2 (cont) (c) 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. (End of provision)
 
Web Link
www.fedbid.com (a-28211, n-2596)
(http://www.fedbid.com)
 
Place of Performance
Address: , null null
Zip Code: null
Country: Not Defined
 
Record
SN01069311-W 20060616/060614220515 (fbodaily.com)
 
Source
FedBizOpps 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.