Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2009 FBO #2784
SOLICITATION NOTICE

78 -- Fitness Equipment for Fire Fighters

Notice Date
7/9/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423850 — Service Establishment Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-09-T-0067
 
Archive Date
8/7/2009
 
Point of Contact
Diana M. Thrasher, Phone: 719-333-8264, Thomas J. Rokita, Phone: 719-333-9629
 
E-Mail Address
diana.thrasher@usafa.af.mil, thomas.rokita@usafa.af.mil
(diana.thrasher@usafa.af.mil, thomas.rokita@usafa.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in Federal Acquisition Regulations document (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number FA7000-09-T-0067 is being issued as a Request for Quotation (RFQ) in accordance with FAR Parts 12 and 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-33, effective 15 June 2009. All applicable provisions and clauses are included in the actual solicitation. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The combined synopsis/solicitation number is FA7000-09-T-0067 and shall be referenced on all quotes. The proposed acquisition is a 100% small business set-aside to purchase fitness equipment for the United States Air Force Academy Firefighters. The North American Industrial Classification System (NAICS) number is 451110 and the small business size is $7M. The nonmanufacturer rule applies to this acquisition in accordance with FAR 19.502(c); for small business set-asides other than for construction or services, any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer unless SBA has granted either a waiver or exception to the nonmanufacturer rule. No waiver or exception applies to this acquisition. The United States Air Force Academy (USAFA), 10 CES/CERF, has a requirement for the following fitness equipment: *Rubber-coated dumbbells Dumbbells should be made of cast iron with a durable rubber coating to protect floors. They should also have contoured handles that are knurled and chrome plated for comfort and durability. *Preacher Curl Bench with a steel frame between 2" - 3" in diameter. It should have a contoured dual layer arm rest pad measuring 14" X 24" X3" with 4 position arm rest Adjustment for a +/-6" range. It should have a seat pad that measures 15" X 9"/6" X 3" with 4" height adjustment range. It should have 4 position adjustment for the bar catch and locking pins for adjustments. It should also have rubber base caps for solid footing. *Pro-style ab board center on a telescoping 2"X 2" steel beam with at least 12 adjustments levels and 8" oversized foam rollers at the anchor points. *Olympic round plate weight sets for use with a standard Olympic bar Weights should have durable black rubber coating. *Olympic plate rack with A frame design and black powder coat paint with zinc plated hardware. The frame should have at least 5 plate storage arms. *3-tier dumbbell rack with a minimum of 11 gauge steel tubing and 1/4" angle iron for cross members. Rack should have black or white powder coat paint with zinc coated hardware. *Multi station with cable cross over (weight stack of at least 2 @ 200lbs), lat pull down (weight stack of at least 300 lbs), and leg press station (weight stack of at least 400 lbs) *Smith machine rack with counter balance for a starting weight under 15 pounds. There should be no crossbar support members at floor level permitting benches to be conveniently rolled into the unit from either direction. Must have spring-loaded adjustable bar catches and plate storage pins. Must accommodate Olympic size weight plates. *Bosu Ball balance trainer *Weighted 3' fiberglass rubber-coated exercise bar *Kettlebell sets There are eleven (11) CLINs as follows. Provide a unit price and total price for each CLIN and a total price of all CLINs combined. Include the delivery of all items in total price (FOB) Destination. Delivery to be made no later than 60 days from the date of issue of the Purchase Order to 6202 Pine Drive, United States Air Force Academy CO 80840. CLIN ITEM QUANTITY UNIT PRICE TOTAL PRICE 0001 Rubber Coated Dumbell Set 4 sets each __________ _____________ 5, 7.5, 10, 12, 15, 20, 25, 30, 35, 40, 50, 5560, 70, 80, 90, 100 pounds 0002 Preacher Curl Bench 3 each __________ _____________ 0003 Pro-Style Ab Board 4 each __________ _____________ 0004 Olympic Round Plate Weight Set 3 sets each__________ __________ 2.5, 5, 10, 25, 35, 45 pounds 0005 Olympic Plate Rack A Frame Design 3 each ___________ _____________ 0006 3-Tier Dumbbell Rack 4 each ___________ _____________ 0007 Multi Station with Cable Cross Over 4 each ___________ _____________ 0008 Smith Machine Rack 4 each ___________ _____________ 0009 Bosu Ball Balance Trainer 4 each ___________ _____________ 0010 Weighted 3' Fiberglass Rubber-Coated Exercise Bar in 3, 6, 9 and 12 pounds 3 each __________ _________ 0011 Kettlebell set in 10, 14, 18, 35 3 sets each ___________ ___________ and 53 pounds TOTAL PRICE TO INCLUDE DELIVERY ____________ The provisions at 52.212-2, Evaluation of Commercial Items, apply to this acquisition. The Government will award a purchase order from this solicitation to the responsible Offeror whose lowest price and technically acceptable quote conforms to the solicitation. Only technically acceptable offers will be considered. The Government intends to make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with all of the requirements, that offer will not be technically acceptable. The provision 52.212-1, Instructions to Offerors, apply to this acquisition. In your quote, please provide: company name, address, telephone number, date of offer, offer number, quote price. Please also provide your company's Tax ID#, Cage Code and DUNS number. Your company must be registered in the Central Contractor Registry (CCR) System. The offeror shall provide a statement that the provision at FAR 52.212-3 has been completed electronically online at http://orca.bpn.gov/publicsearch.aspx. The offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications and return with their quotation. The contractor shall complete the necessary fill-in at DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate and return it with their quotation. Quotations must be received NLT 3:00PM MST, Thursday, 23 July 2009 by email to diana.thrasher@usafa.af.mil, FAX 719-333-4747 or by mail to: Diana Thrasher, 10th Contracting Division (LGCA), 8110 Industrial Drive, Suite 200, United States Air Force Academy CO 80840-2315. Quotations received after this date and time will be considered late and will not be evaluated. The Government will not reimburse any interested parties for any monies spent to provide a response to this combined synopsis/solicitation. The following FAR and DFARS clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Deviation)-Commercial Items FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-50, Combat Trafficking in Persons FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.225-13, Restrictions on Certain Foreign Purchases DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2001) with the inclusion of the following: DFARS 252.225-7036, Alt I DFARS 252.232-7003, Electronic submission of Invoices (to be eligible for contract award or payment, the Offeror must be registered in the DoD Central Contractor Registry (CCR) and the Wide Area Work Flow (WAWF) system); FAR 52.204-7, Central Contractor Registration. 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Kelly Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: kelly.snyder@usafa.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause). The full text of any clause may be accessed electronically at http://farsite.hill.af.mil/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-09-T-0067/listing.html)
 
Place of Performance
Address: United States Air Force Academy Colorado, United States Air Force Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN01870659-W 20090711/090710000436-ad6a236968f7c7a0a160f3fb80c6a7e4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.