Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2010 FBO #3205
MODIFICATION

78 -- THOR3 Gym Equipment (Weight Racks)

Notice Date
9/1/2010
 
Notice Type
Modification/Amendment
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
W81RUC069HS003-GYM
 
Archive Date
9/23/2010
 
Point of Contact
C Scott Phelps, Phone: 910-432-6145
 
E-Mail Address
conway-phelps@soc.mil
(conway-phelps@soc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Special Operations Command (USASOC), as part of the THOR3 (Tactical Human Optimization, Rapid Rehabilitation & Reconditioning) Program has a requirement for: Commercial Grade Strength & Conditioning Gym Equipment. The Government will not award separately. Vendors must be able to provide all items under this solicitation. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This combined synopsis/solicitation incorporates provisions and clauses in accordance with Federal Acquisition Circular (FAC) FAC 2005-43, Addendum 12 July 23, 2010. North American Industrial Classification Code (NAICS) 339920 applies to this procurement. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The US Army Special Operations Command (USASOC) has a Brand Name or Equal requirement for the following manufacturers: Sorinex, Perform Better, Power-Lift, Power Systems or IronCompany.com. Items called for by this request for quotation have been identified by a "brand name or equal" description. Such identification is intended to be descriptive but not restrictive and is to indicate the quality and characteristics of products that will be satisfactory. Quotations offering "equal" products will be considered for award if such products are clearly identified and are determined by the Government to fully meet the salient characteristics and requirements listed in the solicitation. To ensure that sufficient information is available for technical evaluation, the offeror shall furnish descriptive material (technical information, brochures, drawings, or other information) necessary for the purchasing activity to determine whether the product offered meets the salient characteristics of the requirement. Offerors not providing technical information shall be excluded from competition. REQUIREMENT and ITEM SPECIFICATIONS: The US Army Special Operations Command (USASOC) and the THOR3 Program require the following items: CLIN 0001: Weightlifting full rack/cage with lifting platform; Quantity - 9 each Commercial grade full-size lifting rack/cage, 7 gauge steel uprights with minimum ht of 8 ft, uprights minimum 3.5 ft apart, adjustable low safety bars, wear guards on safety arms, Olympic plate storage, multi-grip pull-up bar, dip attachment, band anchoring attachments, technique trays/scoops, with commercial grade Olympic weightlifting platform with insert to fit to rack, 3.5ft wood center with remaining two outer top sections layered with 3/4 inch rubber covering, custom logos option available. Delivery: FBNC -2 (SWCS), FCCO - 4 (10th SFG), FLWA - 3 (2/75RR). CLIN 0002: Weightlifting half rack/cage with lifting platform; Quantity - 12 each Commercial grade half-size lifting rack/cage, 7 gauge steel uprights with minimum ht of 8 ft, uprights minimum 3.5 ft apart, adjustable low safety bars, wear guards on safety arms, Olympic plate storage, multi-grip pull-up bar, dip attachment, band anchoring attachments, technique trays/scoops with commercial grade Olympic weightlifting platform with insert to fit to rack, 3.5 ft wood center with remaining two outer top sections layered with 3/4 inch rubber covering, custom logos option. Delivery: FBNC - 4 (3SFG), FCCO - 4 (1/10th SFG), FLWA - 4 (1/1st SFG). CLIN 0003: Lifting Platform- Wood & Rubber; Quantity - 7 each Commercial grade Olympic weightlifting platform, 8 ft wide X 6 ft deed, 2.5 inches thick, 3.5 ft wood center with remaining two outer top sections layered with 3/4 inch rubber covering, custom logos option available. Delivery: FBNC -3 (7thSFG), HAAF -2 (1/75 RR), FBGA - 2 ( 3/75 RR). CLIN 0004: Dumbbells Set Urethane, 5-100lbs (set); Quantity - 7 each Commercial grade, solid steel urethane encased, knurled chrome straight round grip, engraved markings, black coloring dumbbell. Delivery: FBNC -4 (2 to 3rd SFG, 2 to 7th SFG), FCCO - 2 (1 to 1/10th SFG, 1 to 10thSFG, FCKY -1 (5th SFG). CLIN 0005: Dumbbells Set Urethane, 5-50lbs (set); Quantity - 2 each Commercial grade, solid steel urethane encased, knurled chrome straight round grip, engraved markings, black coloring dumbbell. Delivery: FBNC -1 (SWCS), FCKY -1 (5th SFG). CLIN 0006: Barbell Set Urethane, 20-110 lbs (set); Quantity - 3 each Commercial grade, solid steel urethane encased, knurled chrome straight round grip, engraved markings, black coloring barbell. Delivery: FBNC - 1 (7th SFG), FLWA - 2 (2/75 RR). CLIN 0007: Kettle bells; Quantity - See sub-CLINS (10kg - 14ea, 12kg- 31ea, 14kg - 27ea, 16kg-31ea, 18kg - 23ea, 20kg - 37ea, 24kg - 31ea, 28kg - 23ea, 32kg - 19ea, 36kg - 21 ea Single solid casting (no welding), cast iron, hand grip large enough for 2-handed grip, non-chipping & smooth black finish. Delivery: Fort Bragg, NC. CLIN 0008: Medicine Balls; Quantity - See sub-CLINS (8lbs - 15ea, 10lbs - 23ea, 12lbs - 4ea, 14lbs - 15ea, 16lbs - 23ea, 18lbs - 6ea, 20lbs - 41ea Soft shell durable vinyl, 14" diameter, impact absorbing, moisture resistant, scuff resistant, balanced & uniformly weighted ball that allows minimal bounce, double or triple stitched seams. Delivery: Fort Bragg, NC. CLIN 0009: Power lifting/Olympic Bar; Quantity - 58 each 20kg, high strength, non-rusting nickel-coated shaft, Olympic lifting training bar, with one piece nickel-plated machined, free spinning (bearings), sleeves compatible with Olympic plates, meets IWF men's bar standards of 2200 mm total length, 28mm grip diameter, 50mm sleeve diameter. Delivery: FBNC -19 (8 to 3SFG, 5 to 7th SFG, 6 to SWCS), FCCO - 20 (10 to 1/10th SFG, 10 to 10th SFG), HAAF - 8 (1/75 RR), FBGA - 4 (3/75 RR), FLWA -7 (3 to 2/75 RR, 4 to 1/1st SFG). CLIN 0010 : Bumper Plates. Commercial grade solid rubber plate, meets IWF training plate standards of 450mm diameter, 50.8mm collar opening, reinforced metal inserts, English measurement (lb increments), black or color coded IWF weight standards. Delivery: Fort Bragg, NC. CLIN 0010AA: Bumper Plate, Black, 45lbs; Quantity - 157 each CLIN 0010AB: Bumper Plate, Black, 35lbs; Quantity - 40 each CLIN 0010AC: Bumper Plate, Black, 25lbs; Quantity - 118 each CLIN 0010AD: Bumper Plate, Black, 10lbs; Quantity - 46 each CLIN 0011: Urethane Plates. Commercial grade, solid steel, urethane encased, multiple grip areas, collar opening to accommodate 50mm Olympic lifting bar sleeve, engraved markings, black coloring. Delivery: Fort Bragg, NC. CLIN 0011AA: Urethane Plate, Black, 10lbs, Quantity -72 each CLIN 0011AB: Urethane Plate, Black, 5lbs; Quantity - 108 each CLIN 0011AC: Urethane Plate, Black, 2.5lbs; Quantity - 88 each CLIN 0012: Utility Bench, 0-90 degree, with spotter steps; Quantity - 35 each Commercial grade multipurpose bench, 600 lb minimum wt capacity, compatible with standard half and full multipurpose racks, 0-90 angle locking, >5 angles, <2 inch gap between pads, wheels and handle for easy movement, minimum 12" width black pads. Delivery: FBNC -9 (4- SWC, 4- 3SFG, 1- 7SFG), FCCO - 13 (5 to 1/10, 8 to 10t SFG), FYKY - 6 (6 to 5th SFG), FLWA - 7 (3 - 2/75 RR, 4 to 1/1st SFG). CLIN 0013: Flat Utility Bench; Quantity - 11 each Commercial grade bench, 600 lb minimum wt capacity, compatible with standard half and full multipurpose racks, wheels and handle for easy movement, minimum 12" width black pads. Delivery: FBNC - 3 (1 to 7th SFG, 2 to SWCS), FCKY- 6 (5th SFG), FLWA- 2 (2/75 RR). CLIN 0014: Glute Ham Bench, Quantity - 9 each Commercial grade, 11 gauge steel, 2"X2" square tubes, 2 torso pads with 3 inch space between pads, heavy duty spring loaded pop pin for adjustment of foot pads and height, commercial grade 40 oz upholstery, adjustable foot placements and height. Delivery: FBNC -4 (3 to 3rd SFG, 1 to 7th SFG), FCCO - 5 (2 to 1/10, 3 to 10th SFG). CLIN 0015: Reverse Hyper Bench; Quantity - 1each Commercial Grade, Steel, High Welded Frame, Multiple Hand Placements, Adjustable height foot placements, commercial grade black upholstery, smooth movement components, stable base. Delivery: Fort Carson, CO (10thSFG). CLIN 0016: Leg Press; Quantity - 3 each Commercial Grade, 2" x 2" 11 gauge steel tube construction, commercial grade 40 oz. upholstery, adjustable back support with hand grips, adjustable safety stops, smooth motion ball bearing carriage, minimum 2 weight loading positions on carriage, minimum 6 plate storage pegs, multiple starting heights for foot placement on carriage, wide foot placement plate on carriage. Delivery: FBGA -1(3/75 RR), FLWA - 2(2/75 RR). CLIN 0017: Dumbbell Storage Rack; Quantity - 16 each Commercial grade, 7 and 11 gauge steel, 2"X2" square tubes, solid steel caps to hold dumbbells, holds 10 pairs dumbbells. Delivery: FBNC - 7 (4 to 3rd SFG, 1 to 7th SFG, 2 to SWCS), FCCO - 4 ( 2 to 1/10th SFG, 2 to 10thSFG), FYKY - 3 (5thSFG), FLWA - 2(2/75 RR). CLIN 0018: Plate Storage Rack; Quantity - 20 each Commercial grade, free standing, heavy duty storage rack capable of holding Olympic plates. Delivery: FBNC -2 (1 to 7thSFG, 1 to SWCS), FCCO - 4 (1/10th SFG), FBGA - 4 (3/75 RR), FYKY - 2 (5thSFG), FLWA - 8 (2/75 RR). CLIN 0019: Barbell Storage Rack; Quantity - 4 each Commercial grade, 7 and 11 gauge steel, 2"X2" square tubes, solid steel caps to hold barbells, hold 10 barbells. Delivery: FBNC - 2 (1 to SWCS, 1 to 7th SFG), FLWA - 2 (2/75 RR). CLIN 0020: Med Ball/Kettle bell/Plate Storage rack w/wheels; Quantity - 30 each Commercial grade, heavy duty, 2 tier storage system with wheels for easy movement. Holds at least 10 14" medicine balls or 20 kettle bells. Delivery: FBNC -7 (4- SWCS, 2- 3rd SFG, 1- 7th SFG), FCCO - 9 ( 4 to 1/10th SFG, 5 to 10th SFG), FBGA -2 (3/75 RR), FYKY - 6 (5thSFG), FLWA - 6 ( 2 to1st SFG, 4 to 2/75 RR). CLIN 0021: Kettle bell Mat (4'X4'); Quantity - 7 each 40"L x 40"W x 1.5" H, ballistic rubber, non slip surface. Delivery: FCCO - 2 (1/10th SFG), FYKY - 4 (5thSFG), FLWA - 1 (1st SFG). CLIN 0022: Spring collars (pair); Quantity - 59 pairs Commercial grade, steel chrome finish, fits 50mm Olympic weightlifting bar sleeve, 1.0 lb per pair. Delivery: FBNC - 6(6 to SWCS), FCCO - 23 ( 8 to 1/10th SFG, 15 to 10th SFG), HAAF -10 (1/75 RR), FLWA - 20 (16 to1st SFG, 4 to 1/1st SFG). CLIN 0023: Chalk Bowl; Quantity - 3 each Commercial grade, 21"X21" cross base, minimum 35" standard pole height, 23" diameter X 5" deep bowl, stainless steel or rubber encased. Delivery: FCCO - 1(1/10th SFG), FLWA - 2(1st SFG). CLIN 0024: Shipping shall be priced separately in this CLIN to all of the listed unit locations. Item breakout and unit locations are listed in the CLIN Description. DELIVERY: Desired delivery date is 30-45 Days ARO to Fort Bragg NC 28310. Partial shipments to regional locations is authorized - specified at time of order. FOB Destination shall be to the following locations: Fort Bragg, NC (FBNC); Fort Benning, GA (FBGA); Hunter Army Airfield, GA (HAAF); Fort Carson, CO (FCCO); Fort Campbell, KY (FCKY); Fort Lewis, WA (FLWA). CLAUSES: The following Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS) and USOCOM Supplement provisions and clauses are hereby incorporated by reference to this procurement action (exception(s) are provided, where applicable): FAR 52.204-7, Central Contractor Registration. FAR 52.211-8 Alt II, Inspection of Supplies-Fixed Price, is applicable to this requirement, FAR 52.212-1, Instructions to Offerors -Commercial Items applies. FAR 52.212-2, Evaluation-Commercial Items, is applicable to this requirement with the following clause addenda to paragraph (a), The Government will award a contract(s) resulting from this solicitation to the responsible offeror(s) whose offer(s) (e.g., quote) conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical Acceptability, (2) Price, and (3) Delivery. It is incumbent on the offerors to provide complete specifications for items offered. Technical acceptability is defined as an offer of supplies that completely satisfy the minimum salient characteristics of the CLINs. Technical Acceptability will be evaluated on a Pass or Fail basis. Only those offers evaluated as Pass will be further evaluated and considered for award. Prices shall be quoted in accordance with the CLIN to be incorporated in the Schedule of Supplies and Services in the event an award is made. Delivery is defined as the capacity and affirmation to conform with, or better, the RDD of this solicitation. Alternate delivery schedules that improve on the RDD will be considered. Offerors shall provide not less than two past performance references (with contact information) demonstrating success in providing in a timely manner the quantities and types of supplies required in this solicitation. The factor of technical acceptability is significantly more important than price and delivery combined. The factor of price is slightly more important than delivery. FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items. 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 (Deviation). FAR 52.222-3, Convict Labor. FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies. FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-22, Previous Contracts And Compliance Reports. FAR 52.222-25, Affirmative Action Compliance. FAR 52.222-37, Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans. FAR 52.225-1, FAR 52.225-4, Buy American Act--Free Trade Agreement--Israeli Trade Act Certificate. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. FAR 52.246-2 Alt I, Inspection of Supplies-Fixed Price. FAR 52.247-29, F.O.B. Origin or FAR 52.247-34, F.o.b. Destination, as applicable to award(s). FAR 52.252-2, Clauses Incorporated By Reference. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.204-7004, Required Central Contractor Registration Alt A. DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation). DFARS 252.232-7003, Electronic Submission of Payment Requests. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL. SOFARS 5652.201-9002, Authorized Changes only by the Contracting Officer with the following clause addenda: The address and email address of the Contracting Officer is Mr Scott Phelps, HQ, USASOC, E-2929 Desert Storm Drive (Stop A), DCS, Acquisitions and Contracting, Fort Bragg, NC 28310-9110, Fax: 910-432-9345; conway-phelps@soc.mil. SOFARS 5652.219-9004, Technical and Contractual Questions Concerning this Solicitation using the same contact information identified in clause 5652-201-9002. The full text of all clauses may be accessed electronically at http://farsite.hill.af.mil. QUOTE & QUESTIONS: Quotes shall be submitted to HQ, USASOC ATTN: AOCO: Mr Scott Phelps, Building E-2929, Desert Storm Drive, Fort Bragg, North Carolina, 28310, not later than 1:00 PM (EST), Wednesday, 08 September 2010. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Government to respond. Questions must be submitted via email to the contracting officer at conway-phelps@soc.mil NLT 1 PM (EST) on 02 SEP 10. Telephonic questions will not be returned. Questions received after the question period has ended will not be considered. E-mail submissions are preferred however; fax submissions will be accepted at (910) 432-9345. Offerors are cautioned that due to file size limitations and email security protocols, there is a risk that not all correspondence will be received by this office. It is the offerors responsibility to ensure receipt of all email and faxed correspondence. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published on FedBizOpps, the same as this solicitation. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items, to include item specifications, unit and total price, (2) delivery time and F.O.B point, (3) completed Official Representations and Certifications, and (4) acknowledgement of any amendments that may be issued. Not submitting sufficient information for evaluation may be grounds for the offer to be eliminated from competition. It is the responsibility of offerors to review the FBO website for any changes or amendments to this RFQ. Offerors must be actively registered in Central Contractor Registration (CCR) as a small business concern prior to award. DUNS/CCR website is: http://www.ccr.gov. New equipment ONLY. NO remanufactured or used products. No "GREY" market items. Quote MUST be good for 30 calendar days after submission. Include the following in your quote: Tax ID Number, DUNS Number and CAGE Code Contact Information Payment/Discount Terms Delivery Schedule & Cost Point of contact for information is Mr. Scott Phelps, Contracting Officer, conway-phelps@soc.mil or (910) 432-6145. Email is preferred method of contact. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2010-09-01 10:17:59">Sep 01, 2010 10:17 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2010-09-01 12:32:44">Sep 01, 2010 12:32 pm Track Changes The following CHANGES below are made to the CLINS listed and to the locations listed. The previous location/quantities remain unchanged. The changes include QUANTITY and/or DELIVERY LOCATIONS. Overseas delivery shall be required to Stuttgart Germany and Okinawa, Japan. Vendor must account for these changes and estimate the overseas delivery using commercial shipping. Exact locations will be provided to the successful offeror. CLIN 0002: Weightlifting half rack/cage with lifting platform- 4 to FCCO changed to Germany for 1/10th SFG and 4 to FLWA changed to Okinawa for 1/1st SFG. ADDED 4 to FBNC (3SFG). Total is now 12 racks. CLIN 0004: Dumbbells Set urethane, 5-100 lbs (set)- 2 to FCCO changed to Germany for 1/10th SFG CLIN 0007: Kettle bells • 10kg- FBNC (6 to SWCS), HAAF (2 to 3/160th), FLWA (2 to 1st SFG, 2 to 4/160th), Okinawa (2 to 1/1st SFG). Total is 12. • 12kg- FBNC (6 to SWCS, 4 to 3rd SFG), FCCO (5 to 10th SFG), Germany (2 to 1/10th SFG), FLWA (2 to 1st SFG), Okinawa (2 to 1/1st SFG), FCKY (6 to 5th SFG), FBGA (4 to 3/75) • 14kg- FBNC (4 to 3rd SFG), FCCO (5 to 10th SFG), Germany (2 to 1/10th SFG), HAAF (2 to 3/160th), FLWA (2 to 1st SFG, 2 to 4/160th), FCKY (6 to 5th SFG), FBGA (4 to 3/75) • 16kg- FBNC (6 to SWCS, 4 to 3rd SFG), FCCO (5 to 10th SFG), Germany (2 to 1/10th SFG), HAAF (3 to 3/160th), FLWA (2 to 1st SFG, 3 to 4/160th), Okinawa (2 to 1/1st SFG), FBGA (4 to 3/75) • 18kg- FBNC (4 to 3rd SFG), FCCO (5 to 10th SFG), Germany (2 to 1/10th SFG), FLWA (2 to 1st SFG), FCKY (6 to 5th SFG), FBGA (4 to 3/75) • 20kg- FBNC (6 to SWCS, 4 to 3rd SFG), FCCO (5 to 10th SFG), Germany (2 to 1/10th SFG), HAAF (3 to 3/160th), FLWA (2 to 1st SFG, 3 to 4/160th), Okinawa (2 to 1/1st SFG), FCKY (6 to 5th SFG), FBGA (4 to 3/75) • 24kg- FBNC (6 to SWCS, 4 to 3rd SFG), FCCO (5 to 10th SFG), Germany (2 to 1/10th SFG), HAAF (3 to 3/160th), FLWA (2 to 1st SFG, 3 to 4/160th), Okinawa (2 to 1/1st SFG), FBGA (4 to 3/75) • 28kg- FBNC (4 to 3rd SFG), FCCO (5 to 10th SFG), Germany (2 to 1/10th SFG), FLWA (2 to 1st SFG), FCKY (6 to 5th SFG), FBGA (4 to 3/75) • 32kg- FBNC (4 to 3rd SFG), FCCO (5 to 10th SFG), Germany (2 to 1/10th SFG), FLWA (2 to 1st SFG), Okinawa (2 to 1/1st SFG), FBGA (4 to 3/75) • 36kg- FBNC (4 to 3rd SFG), FCCO (5 to 10th SFG), FLWA (2 to 1st SFG), FCKY (6 to 5th SFG), FBGA (4 to 3/75) CLIN 0008: Medicine Balls • 8lbs- FLWA (2 to 1st SFG), FCKY (6 to 5th SFG), FCCO (5 to 10th SFG), Germany (2 to 1/10th SFG) • 10lbs- FBNC (4 to SWCS), FLWA (2 to 1st SFG), FCKY (6 to 5th SFG), FCCO (5 to 10th SFG), Germany (2 to 1/10th SFG), FBGA (4 to 3/75) • 12lbs- FLWA (2 to 2/75, 2 to 1st SFG) • 14lbs- FBNC (2 to 7th SFG, 4 to SWCS), FLWA (2 to 2/75, 2 to 1st SFG), FCCO (5 to 10th SFG) • 16lbs- FBNC (2 to 7th SFG), FLWA (2 to 2/75, 2 to 1st SFG), FCKY (6 to 5th SFG), FCCO (5 to 10th SFG), Germany (2 to 1/10th SFG), FBGA (4 to 3/75) • 18lbs- FBNC (2 to 7th SFG), FLWA (2 to 2/75, 2 to 1st SFG), • 20lbs- FBNC (2 to 7th SFG), FLWA (2 to 2/75, 2 to 1st SFG), FCKY (6 to 5th SFG), FCCO (5 to 10th SFG), Germany (2 to 1/10th SFG), HAAF (18 to 1/75), FBGA (4 to 3/75) CLIN 0009: Olympic Bar (POWER BAR Removed)- 20 to FCCO changed to: FCCO (10 to 10th SFG), Germany (10 to 1/10th SFG) and 4 to FLWA changed to 4 to Okinawa (1/1st SFG). ADDED 8 to FBNC (3SFG) for a total of 19 to FBNC. CLIN total is now 58. CLIN 0010: Bumper Plates (10th SFG Quantities changed) • 45lbs- FBNC (4 to 7th SFG, 8 to 3rd SFG, 12 to SWCS), FCCO (44 to 10th SFG), Okinawa (16 to 1/1st SFG), Germany (30 to 1/10th SFG), HAAF (12 to 1/75), FLWA (15 to 2/75) • 25lbs- FBNC (4 to 7th SFG, 8 to 3rd SFG, 12 to SWCS), FCCO (30 to 10th SFG), Okinawa (8 to 1/1st SFG), Germany (24 to 1/10th SFG), HAAF (12 to 1/75), FLWA (6 to 2/75) • 35lbs- FBNC (2 to 7th SFG, 12 to SWCS), Okinawa (8 to 1/1st SFG), HAAF (12 to 1/75), FLWA (6 to 2/75) • 10lbs- FBNC (2 to 7th SFG, 12 to SWCS), Okinawa (8 to 1/1st SFG), Germany (6 to 1/10th SFG), HAAF (12 to 1/75), FLWA (6 to 2/75) CLIN 0011: Urethane Plates (10th SFG Quantitities changed) • 10lbs- FBNC (8 to 3rd, 2 to 7th SFG), FCCO (40 to 10th SFG), Germany (12 to 1/10th SFG) • 5lbs- FBNC (8 to 3rd, 2 to 7th SFG), FCKY (36 to 5th SFG), FCCO (30 to 10th SFG), Germany (12 to 1/10th SFG) • 2.5lbs- FBNC (8 to 3rd, 2 to 7th SFG), FCKY (36 to 5th SFG), FCCO (20 to 10th SFG), Germany (12 to 1/10th SFG) CLIN 0012: Utility bench, 0-90 degree (NO SPOTTER STEPS - changed)- 13 to FCCO changed to: FCCO (8 to 10th SFG), Germany (5 to 1/10th SFG), and 7 to FLWA changed to: FLWA (3 to 2/75), Okinawa (4 go 1/1st SFG) CLIN 0014: Glute Ham Bench- 5 to FCCO changed to: FCCO (3 to 10th SFG), Germany (2 to 1/10th SFG) CLIN 0017: Dumbbell Storage Rack- 4 to FCCO changed to: FCCO (2 to 10th SFG), Germany (2 to 1/10th SFG) CLIN 0018: Plate Storage Rack- 4 to FCCO changed to: Germany (4 to 1/10th SFG) CLIN 0020: Med Ball/ Kettle bell/ Plate Storage rack w/wheels- 9 to FCCO changed to: FCCO (5 to 10th SFG), Germany (4 to 1/10th SFG) CLIN 0022: Spring collars- 23 to FCCO changed to: FCCO (15 to 10th SFG), Germany (8 to 1/10th SFG) and the 20 to FLWA changed to: FLWA (16 to 1st SFG), 4 to 1/1st SFG) CLIN 0023: Chalk Bowl- 1 to FCCO changed to: Germany (1 to 1/10th SFG)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/W81RUC069HS003-GYM/listing.html)
 
Place of Performance
Address: VARIOUS. Delivery locations are in each CLIN. The THOR3 Program Office and primary location is Fort Bragg, NC., Fort Bragg, North Carolina, 28307, United States
Zip Code: 28307
 
Record
SN02264470-W 20100903/100901235941-90c0443de5be392b94c602cdd88f48f1 (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.