Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2008 FBO #2454
SOLICITATION NOTICE

78 -- GYM EQUIPMENT

Notice Date
8/13/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Sill, 2418 NW Macomb Road, Fort Sill, OK 73505
 
ZIP Code
73505
 
Solicitation Number
W91WZ782131005
 
Response Due
8/18/2008
 
Archive Date
2/14/2009
 
Point of Contact
Name: Martha Livsey, Title: Contract Specialist, Phone: 5804423514, Fax: 5804428014
 
E-Mail Address
martha.livsey@us.army.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 FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W91WZ782131005 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 339920 with a small business size standard of 500 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-08-18 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FORT SILL, OK 73503 The USA ACA Fort Sill requires the following items, Brand Name or Equal, to the following: LI 001, TREADMILL: Life Fitness New Life Fitness 95Ti (Inspire) Treadmill w/7" integrated touch screen, I-Pod integration, upgraded workout landscapes, USB port, 36 workouts, Activity zone controls, 4-HP AC motor, 5-14 MPH 22"x60" belt. MFR PART NR: 95Ti- DOMLX, Brand Name or Equal., 2, EA; LI 002, CROSS-TRAINER: Life Fitness New Elevation Series 95Xa-DOMLX Cross-Trainer (Achieve) LED Console.6 Workouts, 25 resistance levels, Fit Stride 20" Stride Length. MFR PART NR: 95Xa-DOMLX, Brand Name or Equal., 1, EA; LI 003, STAIRCLIMBER: Life Fitness 95Se Stairclimber with 12.1" Integrated LCD Screen. 26 workouts including 5 Zone Training+ Contact HR. MFR PART NR: 95Se Brand Name or Equal., 1, EA; LI 004, RECUMBENT BIKE: Life Fitness New Elevation Series 95RI-DOLMX Recumbent Bike with Inspire Console, 7" E3 Integrated LCD with Touch Screen Technology, I-Pod integration for music, Virtual Trainer & Landscape Perspectives. Over 30 Programs incl. 5 Zone Training. Step-thru design. MFR PART NR: 95RI-ALLXX Brand Name or Equal., 1, EA; LI 005, MULTI-JUNGLE 4-STACK TOWER. Color: Black or Gray Frame and Upholstery MFR PART NR: Life Fitness MJ4 Brand Name or Equal., 1, EA; LI 006, MULTI JUNGLE ADJUSTABLE PULLEY MFR PART NR: Life Fitness MJAP Brand Name or Equal., 1, EA; LI 007, MULTI JUNGLE ROW MFR PART NR: Life Fitness MJRW Brand Name or Equal., 1, EA; LI 008, MULTI JUNGLE TRICEPS PUSHDOWN MFR PART NR: Life Fitness MJTP Brand Name or Equal., 1, EA; LI 009, MULTI JUNGLE LAT PULLDOWN MFR PART NR: Life Fitness MJLP Brand Name or Equal., 1, EA; LI 010, CORE TRAINING AB CRUNCH BENCH MFR PART NR: Life Fitness SABC Sig Series Brand Name or Equal., 1, EA; LI 011, INSTALLATION: All items shall be delivered and installed in the basement of McNair Hall, Bldg 455 Fort Sill, Oklahoma. There is NO Loading Dock or Elevator., 1, EA; LI 012, Contractor Manpower Reporting: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: l. https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollar paid this reporting period (including sub-contractors): (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity is W91WZ7.; (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the Unites states and nearest city, county, when in a overseas location, using standardized nomenclature provided on website; (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees employed in theater this reporting period (by country). Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website., 1, EA; For this solicitation, USA ACA Fort Sill 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 bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Sill is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid 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 bids, 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, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: 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; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. 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 martha.livsey@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 52.252-2 Clauses incorporated by Reference (Feb 1998). 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 these websites: http://acquisition.gov/comp/far/index.html and http://farsite.hill.af.mil. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply:52.219-6, 52.219-28, 52.222-3, 52.222-19,52.222-21, 52.222-26,52.222-36, 52.222-50, 52.225-13, 52.232-36. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO) or as otherwise specified. FAR Clause 52.247-34 F.O.B.- Destination applies to this acquisition. No partial shipments unless otherwise specified. APACHE GATE DELIVERY INFORMATION All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately 1/2 mile). Entrance to Apache Gate is on the left (south). FAR Clause 52.204-7 Central Contractor Registration and DFARS Clause 252.204-7004 Alt A Reguired Central Contractor Registration applies to this acquisition. Company must be registered in 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. 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS The contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. 252-225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (Jun 2005) (41 U.S.C 10a-10d, E.O. 10582). 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (May 2002) (10 U.S.C. 2631 Alternate III (May 2002) of 252.247-7023. Sellar to review DFARS Clause 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005).c) DoD unique item identification or DoD recognized unique identification equivalents and provide the following in accordance with paragraph (c)(1).: (c)(1) The Contractor shall provide DoD unique item identification, or a DoD recognized unique identification equivalent, for (i) All delivered items for which the Governments unit acquisition cost is $5,000 or more; and (ii) The following items for which the Governments unit acquisition cost is less than $5,000: Contract Line: 0001,0002,0003,0004,0005,0006,0007,0008,0009,0010 In accordance with FAR Clause 52.232-36 Payment By Third Party, incorporated into this contract by reference at paragraph (b) of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, the following information is furnished: The Government will process payments for supplies provided under this contract through the Government Purchase Card System. Contractors are encouraged to assign an identification number to each invoice. The Government will confirm items invoiced by the contractor and authorize payment through the Government purchase card system. The Contractor shall furnish the Government a credit card receipt of the transaction within 24 hours of payment authorization. (See block 9 of the SF 1449 or block 6 of the DD 1155 for the mailing address.) Payment by the Government Purchase Card usually occurs within 72 hours of card transaction. Card transaction (payment) will occur at the time of acceptance of supplies by the Government. Payment may be suspended due to non-conforming supplies. The contractor shall maintain the capability to accept the government purchase card during the life of the contract. The third party is: US Bank GPC Payment Services PO Box 6313 Fargo, ND 58125-6313 The purchase card to be used is: GSA Smart Pay Purchase Card (GPC) SUBMISSION FORMAT FOR INVOICESVENDORS/CONTRACTORS MUST SUBMIT THEIR INVOICES IN THE FOLLOWING FORMAT:1. NAME AND ADDRESS.2. CONTRACT/PURCHASE ORDER NUMBER, INCLUDING DELIVERY ORDER NUMBER. (MUST INCLUDE COMPLETE NUMBER, (i.e. W9124L-xx-x-xxxx or DABK35-xx-x-xxxx or DABT39-xx-x-xxx)).3. DESCRIPTION, PRICE, AND QUANTITY OF PROPERTY OR SERVICES ACTUALLY PROVIDED.4. SHIPPING AND PAYMENT TERMS.5. COMPLETE MAILING ADDRESS.6. TELEPHONE NUMBER AND ADDRESS FOR NOTIFICATION IN CASE OF DEFECTIVE INVOICE. NOTE: INVOICES MUST MATCH PURCHASE ORDER/CONTRACT IN DESCRIPTION AND UNIT OF ISSUE. DEFECTIVE INVOICES WILL BE RETURNED. The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). Quotes MUST be good for 30 calendar days after submission. New equipment ONLY. No remanufactured products. Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. No written or oral statements of any person who so ever other than the Contracting Officer shall, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the office designated for receipt by the exact time specified in the RFQ, and urgent Government requirements preclude an amendment or other notice of an extension of the RFQ's opening/closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the RFQ on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. 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 offers 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 selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors- Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. FAR Provision 52.252-1- Solicitation Provisions incorporated by Reference. 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these address(es): http://acquisition.gov/comp/far/index.html and http://farsite.hill.af.mil. Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Governments needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c557dbf786b88d29084512d08264d65b&tab=core&_cview=1)
 
Place of Performance
Address: FORT SILL, OK 73503<br />
Zip Code: 73503-0501<br />
 
Record
SN01638802-W 20080815/080813222228-c557dbf786b88d29084512d08264d65b (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.