Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2008 FBO #2483
SOLICITATION NOTICE

78 -- Fitness equipment

Notice Date
9/11/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Drum, fort drum, fort drum, NY 13602
 
ZIP Code
13602
 
Solicitation Number
WJJQAA82227304
 
Response Due
9/15/2008
 
Archive Date
3/14/2009
 
Point of Contact
Name: Josh Kaufmann, Title: contract specialist, Phone: 3157726524, Fax: 3157726406
 
E-Mail Address
joshua.kaufmann@us.army.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 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, 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 WJJQAA82227304 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 2008-09-15 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Drum, NY 13602 The USA ACA Ft. Drum requires the following items, Meet or Exceed, to the following: LI 001, Elliptical: a crosstraining model with variable resistance and incline and multiple programsTotal-Body Exercise: must have moving arms. Heart Rate Monitoring: digital heart rate monitoring hand sensors are conveniently placed on handlebars to provide precise heart rate monitoring, and Polar telemetry provides accurate, hands-free heart rate monitoring., 10, EA; LI 002, Treadmill with handrails: incline -3 to +15, speed.5 to 15 MPH Handrails with Heart Rate Monitoring: digital heart rate monitoring hand sensors are conveniently placed on handlebars to provide precise heart rate monitoring, and Polar telemetry provides accurate, hands-free heart rate monitoring., 26, EA; LI 003, Free weight leverage system: with lifetime warranty Three weight stacks for attachments: 230lbs.each / Lat pulldown handle, 18.5" Seated Row Handle, Ankle Strap, Abdominal Crunch Handle, Curl Bar with Rotating Center, Weight Shrouds" American Fitness SBL460 or equal System with Incline and Decline bench and Squat and calf block, 2, EA; LI 004, Weight bench Package: Multi position ergonomic bench that does flat/incline/decline. includes 65 cm fitness ball, meal planner, exercise chart, and Vinyl Dumbbell pairs (2.5/5/10/15)lbs with dumbbell storage rack, 4, EA; LI 005, Dumbbells set: 5 through 50LB in 5 lb increments. Steel constructed encapsulated in heavy duty urethane., 7, EA; LI 006, Dumbbell Rack: double tier 90"l X 24" w X 32" h Heavy duty rack. Should properly hold the dumbbells quoted in 005, 4, EA; LI 007, Gym mats: 2' X 6' 2 fold foam core 5/8" polyethelene, 52, EA; LI 008, Fans: Pedastal mount industrial 30" oscillating fans 115v 3 speed, 16, EA; LI 009, Medicine ball: 9/10lbs 8.5" specify color in quote, Medicine ball: 11/12lbs 10.5" specify color in quotemedicine ball: 13/14 lbs 10.5" specify color in quoteMedicine ball: 15/16 lbs 10.5" specify color in quote, 4, Lot; LI 010, Barbell Weights: 300lb olympic or equal set containing (2) 45lb plates, (2) 35 lb plates, (2) 25lb plates, (2) 10 lb plates, (2) 5lb plates, (2) 2.5lb plates, (1) 7" 44lb bar, and (2) spring collars, 8, EA; LI 011, Weight tree: 2" plate tree with bar holders. Holds 2" plates and 2 olympic bars with a 600lb capacity, 4, EA; LI 012, Curl bar: 200lb capacity, 3, EA; LI 013, Dumbbells: 5lb through 100lb set (5lb increments) with black rubber encasement, 3, EA; LI 014, Dumbbell Racks: 2 Double tier heavy duty dumbbell racks must hold the 20 pairs of dumbbells quoted in 013., 3, EA; LI 015, Adjustable workout bench: Adjusts from 90 degrees to flat, heavy duty constructed, 4, EA; LI 016, Flat workout Bench: Solid fixed dumbbell bench, 4, EA; LI 017, Lat Pulldown machine: includes a minimum 210 lb weight stack., 3, EA; LI 018, Smith Machine: Bench and Squat combo, Large diameter Smith Bar and must have weight storeing capability., 3, EA; LI 019, "Cable Crossover machine: Dynamax pro or equal Cable crossover with fully adjustable pulley positions Weight Stack minimum 2 x 190 lbs (2 x 95 kg), 1, EA; LI 020, Kettlebell: 4KG with rubber no-skid bottomKettlebell: 8KG with rubber non-skid bottomKettlebell: 12KG with rubber non-skid bottomKettlebell: 16KG with rubber non-skid bottomKettlebell: 20KG with rubber non-skid bottom, 9, LOT; LI 021, Medicine ball package: includes 2,4,6,8, and 10 lb medicine balls in assorted colors with a (5) ball rack, 9, lot; LI 022, Fitness steps: 4" fitness step, 9, EA; LI 023, Fitness steps: 6" fitness step, 9, EA; LI 024, Spinner Bikes: Adjustable, no-slip handlebars with rubberized grips, adjustable fore and aft seat slider, water bottle holder, one motion emergency stop feature Resistance knob, 6, EA; LI 025, Force training Kit: TRX or equal includes 12 week strength program easy-adjust CAM buckles,club-grade grips with integrated foot cradles for ground-based training, 400, EA; For this solicitation, USA ACA Ft. Drum 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 Ft. Drum 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. 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 joshua.kaufmann@us.army.mil (not through FedBid.com), so that any required information is received at that email address no later than the closing date and time for this solicitation. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.204-8, Annual Representation and Certification; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal, DFARS 252.212-7000, Offeror Representations and Certifications-Commercial items. The following clauses and apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. 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, apply: 52.219-6, Notice of Total Small Business Set-Aside;52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child LaborCooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities;52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. The following DFARS clauses in paragraph (b) of DFARS clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 252.204-7004 ALT A, Required Central Contractor Registration; 252.211-7003 and its ALT I, Item Identification and Valuation - Paragraph 252.211-7003(c)(1)(ii) applicable text is "NONE";252.225-7001, Buy American Act And Balance Of Payments Program; 252.232-7003, Electronic Submission Of Payment Requests; 252.247-7023 Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW FAR 52.204-7 Central Contractor Registration (CCR), the offeror must be registered in CCR. Information can be found at http://www.ccr.gov. IAW FAR 52.204-8 Annual Representation and Certification, the offeror is required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/ Shipping is FOB Destination CONUS (CONtinental U.S.). Standard delivery terms are 30 days after receipt of order. Quoted delivery dates in excess of 30 days may be considered. New Equipment ONLY. NO REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an all-or-nothing basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement is 339920 with a small business size standard of 500 employees. Reposted with updates to the meet or exceed specifications.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cb3ba81b2a9a77d9a620b54a6ba65d8f&tab=core&_cview=1)
 
Place of Performance
Address: Fort Drum, NY 13602<br />
Zip Code: 13602-5220<br />
 
Record
SN01667272-W 20080913/080911225223-cb3ba81b2a9a77d9a620b54a6ba65d8f (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.