Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2010 FBO #3226
MODIFICATION

78 -- CARDIO FITNESS EQUIPMENT

Notice Date
9/22/2010
 
Notice Type
Modification/Amendment
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2X3B0145A001
 
Archive Date
9/27/2010
 
Point of Contact
Angela L. Frazier, Phone: 334-953-7835
 
E-Mail Address
angela.frazier@maxwell.af.mil
(angela.frazier@maxwell.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
GENERAL INFORMATION The purpose of this amendment is to delete line items 0001 and 0002 for elliptical trainers. All other items remain unchanged and will be re-numbered. This requirement will be solicited 100% small business set-aside. The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in the Schedule of Supplies/Services. This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 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. This requirement is issued as a request for quote (Reference-Number F2XHE50189A002). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-43 (2 August 2010) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20100908. It is the contractor's responsibility to become familiar with applicable clauses and provisions. A Firm Fixed Priced Award is anticipated to be made as a result of this solicitation. The Defense Priorities and Allocations System rating is C9E. IMPORTANT NOTE: THE GOVERNMENT IS SOLICITING FOR ALL BUSINESSES, WITH NAICS CODE: 339920; SIZE STANDARD 500; ONLY THESE COMPANIES WILL BE CONSIDERED FOR AWARD. GSA QUOTES WILL NOT BE CONSIDERED FOR AWARD ON THIS ACQUISITION. NATURE OF ACQUISITON: The Maxwell AFB Fitness Center, Maxwell AFB, AL has a requirement to purchase the below listed items. The Schedule of Supplies/Services provides all items and quantities required. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following items: CARDIO FITNESS EQUIPMENT. This equipment must not be used/refurbished, out-of-date or end of life in its life cycle. Equipment that is considered gray market will not be accepted. The manufacturer must certify all equipment before delivery and warranty all equipment afterwards. LINE ITEM 0001: TREADMILL TOTAL QTY: 8 SPECS: Speed -.5 to 15.6 MPH Evaluation range - 3 to 15% Running area - 22"W x 62"L (+ or -.5 inches) Dimension - 80"L x 32"W (+ or -.5 inches) Max user weight -400lbs 115 VAC (60HZ, 20 AM dedicated line, NEMA 5-20 plug, 45 degree offset, right angle plug), Motor - 3HP continues, 6HP peak AC brushless motor Fitness testing includes Gerkin, Army, Air Force, Navy, Marines and one-mile test Provides two minute cool down when pressed Graphic display of profile via 10 x 15 Dot Matrix Contact and polar heart rate monitoring Quick start and manual programming to include weight loss rolling hills Dual CSAFE RJ-45 connector Facility preference set-up parameters and diagnostics Optional personal entertainment monitor - digital TV with integrated mount and centrally Wax impregnated deck marine plywood that continually replenishes itself during use with hardwood maple surfaces (double sided FR double life), Power cord - 11" LINE ITEM 0002: UPRIGHT CYCLE TOTAL QTY: 4 SPECS: Dimensions - 48"L x 23"W x 61"H (+ or -.5 inches) Machine weight - Maximum 141lbs Bike mode, constant power, isokinetic Modes of operation - bike mode, constant power, isokinetic Programs - bike mode: quick start and manual; constant: 9 programs ; advanced function: manual isokinetic mode, manual constant power mode, YMCA fitness test Graphic display of profile via 10 x 15 Dot Matrix Contact and polar heart rate monitoring Minimum 20 watts resistance range for self powered (max. 900 watts), single stage drive of hybrid eddy Current brake with brushless internal generator for low drag and high pwer capability 165MM crank type Three-piece heavy-duty mountain bike type Max user weight 400lbs Dual CSAFE RJ-45 connector Facility preference set-up parameters and diagnostics Optional personal entertainment monitor - digital TV with integrated mount and centrally Integrated controls including direct channel access LINE ITEM 0003: RECUMBANT CYCLE TOTAL QTY: 4 SPECS: Dimensions - 63.5"L x 25"W x 49.5"H (+ or -.5 inches) Machine weight - Maximum 178lbs Modes of operation - bike mode, constant power, isokinetic Programs - bike mode: quick start and manual; constant: 9 programs ; advanced function: manual isokinetic mode, manual constant power mode, YMCA fitness test Graphic display of profile via 10 x 15 LED Contact and polar wireless heart rate monitoring Resistance Range - 20 watts for self powered (max. 900 watts) Self powered Resistance type - single stage drive of hybrid eddy - current brake with brushless internal generator for low drag and high power capability Crank type - 165MM Three-piece heavy duty mountain bike type Max. user weight - 400lbs Dual CSAFE RJ-45 connector Optional personal entertainment monitor - digital TV with integrated mount and centrally integrated controls LINE ITEM 0004: INDOOR ROWER TOTAL QTY: 6 SPECS: Dimensions - 7'11"L x 24"W Seat heigh" 20" (+ or -.5 inches) Machine weight - Maximum 65lbs Stored dimensions - 27" x 47" x 54.5"H (+ or -.5 inches) Weight capacity - 500lbs Separates easily for storage Powder coated frame sealed with top coat Color - light metallic gray finish with dark blue-gray accents, nickel plated chain, fully enclosed chain housing, linger monitor arm, one pice leg desgn, fram lock for separation, spiral damper, caster wheel for mobility Performance monitor: automatic operation, track distance, speed, pace, calories burned, and watts Display options: view force curve, pace boat, bar chart, large print, or all data Log card ability, integrated heart rate display, USB interface, and user-friendly menu. Suunto compatability, Rechargeable battery pack, 2GB memory, and wireless connectivity for machine to machine racing. LINE ITEM 0005: DELIVERY AND INSTALLTION QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with the following instructions. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. a. The offeror must accede to all solicitation requirements, including technical, and the terms and conditions by submitting the following statement with your response to this solicitation: "I accede to all of the requirements of this synopsis/solicitation, including specifications, "SCHEDULE OF SUPPLIES/SERVICES" and terms and conditions." b. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I, Offerors Representations and Certifications - DFARS 252.225-7035, Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate c. Offerors must provide a unit price and extended price for all items referenced in the "SCHEDULE OF SUPPLIES/SERVICES". d. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. e. The vendor shall provide full specification details for comparability to include details of standard warranty coverage. Vendor must provide an estimated time of delivery. Please submit signed and dated quotes on company letterhead with unit prices, unit total prices and total offer amount to include shipping costs. f. The desired delivery date is 30 days or earlier, after receipt of order. Vendor must provide firm delivery date with quote. g. This equipment must not be used/refurbished, out-of-date or end of life in its life cycle. Equipment that is considered gray market will not be accepted. The manufacturer must certify all equipment before delivery and warranty all equipment afterwards. h. Interested vendors shall submit open market quotes for all or none of "SCHEDULE OF SUPPLIES/SERVICES" listed. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or call 1-888-227-2423. BASIS FOR AWARD: This is a competitive acquisition best value acquisition utilizing simplified acquisition procedures authorized by FAR 13.5 "Test Program for Certain Commercial Items."Award will be based on technical acceptability and price as follows: a. Technically Acceptabililty: Offerors will be determined technically acceptable based on the following: 1. Accession Statement: Offerors must include with their quote the written accession statement reflected in the "Quotation Preparation Instructions" paragraph "a." 2. Specification Details: Offeror must provide full specification details that meet the requirements of Line Items 0001 through 0006 to include the additional requirements as required in paragraph "e." b. Price: All technically acceptable offerors will be evaluated based on price. If the lowest priced offeror is determinated technically acceptable, award will made to that offeror without entering into discussions as this represents the best value to the government. CONTRACT TERMS AND CONDITIONS: The following clauses apply: By reference: 52.204-7: Central Contractor Registration 52.212-4: Contract Terms and Conditions -- Commercial Items 252.204-7004: Alternate A By Full Text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the following additional FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Rerepresentation 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3, Gratuities 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.211-7003, Item Identification and Valuation 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests 252.243-7002, Requests for Equitable Adjustment 252.247-7023, Transportation of Supplies by Sea 52.252-2, CLAUSES INCORPORATED BY REFERENCE 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 this/these address (es): http://farsite.hill.af.mil (End of clause) AFFARS 5352.201-9101 Ombudsman (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 Center/MAJCOM ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. 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) MAXWELL 114 REQUIRED POSTERS (FEB 2003) Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm (End of Clause) Maxwell 119 WAWF-ELECTRONIC SUBMISSION OF INVOICE JAN 2007 Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: joseph.dyson@maxwell.af.mil Contract Specialist: angela.frazier@maxwell.af.mil Contracting Officer: sandra.turner@maxwell.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) The following provisions apply: FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2004), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. FAR 52.212-3, ALT 1 Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items DFARS 252.225-7035 Buy American Act-Free trade Agreements-Balance of Payments Program Certificate FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference 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 this address: http://farsite.hill.af.mil. (End of Provisions) IMPORTANT NOTE: All product items sold to the Government should be properly marked with manufacturer's name and part number. Responses to this notice shall be provided in writing to: 2Lt Angela L Frazier at angela.frazier@maxwell.af.mil. All inquiries/responses to this notice must be received by 12:00 p.m Central Daylight Savings Time (CDST) on 23 September 2010. Email is the preferred method of communication. Points of Contact: 2Lt Angela L Frazier, Contract Specialist, Phone (334) 953-7835, Fax (334) 953-3543. ENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in the Schedule of Supplies/Services. This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 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. This requirement is issued as a request for quote (Reference-Number F2XHE50189A002). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-43 (2 August 2010) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20100908. It is the contractor's responsibility to become familiar with applicable clauses and provisions. A Firm Fixed Priced Award is anticipated to be made as a result of this solicitation. The Defense Priorities and Allocations System rating is C9E. IMPORTANT NOTE: THE GOVERNMENT IS SOLICITING FOR ALL BUSINESSES, WITH NAICS CODE: 339920; SIZE STANDARD 500; ONLY THESE COMPANIES WILL BE CONSIDERED FOR AWARD. GSA QUOTES WILL NOT BE CONSIDERED FOR AWARD ON THIS ACQUISITION. NATURE OF ACQUISITON: The Maxwell AFB Fitness Center, Maxwell AFB, AL has a requirement to purchase the below listed items. The Schedule of Supplies/Services provides all items and quantities required. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following items: CARDIO FITNESS EQUIPMENT. This equipment must not be used/refurbished, out-of-date or end of life in its life cycle. Equipment that is considered gray market will not be accepted. The manufacturer must certify all equipment before delivery and warranty all equipment afterwards. LINE ITEM 0001: LOWER BODY ARC TRAINER TOTAL QTY: 3 SPECS: Resistance range up to 900 watts Incline levels - 21 levels minimum Dimensions - 77"L x 62.5"H x 28.5W (+ or -.5 inches) Max User Weight - 400lbs Self-powered Stride length - 24" minimum Portability - Wheels on front for rolling Resistance type - Dual stage drive of hybrid eddy Current brake with brushless internal generator for low drag and high power capability Graphic display of profile via 10x15 LED (additional message display of message and data) Heart rate monitoring - contact and polar wireless Basic programs with 10 levels minimum Dual CSAFE RJ-45 connector Facility preference set-up parameters and diagnostics Optional personal entertainment monitor - digital TV with integrated mount and centrally Integrated controls including direct channel access, magazine rack, towel holder, utililty tray, dual speed fan. LINE ITEM 0002: TOTAL BODY ARCH TRAINER TOTAL QTY: 7 SPECS: Resistance range up to 900 watts Incline levels - 21 levels minimum Dimensions - 77"L x 62.5"H x 28.5W (+ or -.5 inches) Max User Weight - 400lbs Self-powered Stride length - 24" minimum Portability - Wheels on front for rolling Resistance type - Dual Stage drive of hybrid eddy - Current brake with brushless internal generator for low drag and high power capability Graphic display of profile via 10x15 LED (additional message display of message and data) Heart rate monitoring - contact and polar wireless Basic programs with 10 levels minimum Dual CSAFE RJ-45 connector Facility preference set-up parameters and diagnostics Optional personal entertainment monitor - digital TV with integrated mount and centrally Integrated controls including direct channel access, magazine rack, towel holder, utililty tray, dual speed fan. LINE ITEM 0003: TREADMILL TOTAL QTY: 8 SPECS: Speed -.5 to 15.6 MPH Evaluation range - 3 to 15% Running area - 22"W x 62"L (+ or -.5 inches) Dimension - 80"L x 32"W (+ or -.5 inches) Max user weight - 400lbs 115 VAC (60HZ, 20 AM dedicated line, NEMA 5-20 plug, 45 degree offset, right angle plug), Motor - 3HP continues, 6HP peak AC brushless motor Fitness testing includes Gerkin, Army, Air Force, Navy, Marines and one-mile test Provides two minute cool down when pressed Graphic display of profile via 10 x 15 Dot Matrix Contact and polar heart rate monitoring Quick start and manual programming to include weight loss rolling hills Dual CSAFE RJ-45 connector Facility preference set-up parameters and diagnostics Optional personal entertainment monitor - digital TV with integrated mount and centrally Wax impregnated deck marine plywood that continually replenishes itself during use with hardwood maple surfaces (double sided FR double life), Power cord - 11" LINE ITEM 0004: UPRIGHT CYCLE TOTAL QTY: 4 SPECS: Dimensions - 48"L x 23"W x 61"H (+ or -.5 inches) Machine weight - Maximum 141lbs Bike mode, constant power, isokinetic Modes of operation - bike mode, constant power, isokinetic Programs - bike mode: quick start and manual; constant: 9 programs ; advanced function: manual isokinetic mode, manual constant power mode, YMCA fitness test Graphic display of profile via 10 x 15 Dot Matrix Contact and polar heart rate monitoring Minimum 20 watts resistance range for self powered (max. 900 watts), single stage drive of hybrid eddy Current brake with brushless internal generator for low drag and high pwer capability 165MM crank type Three-piece heavy-duty mountain bike type Max user weight 400lbs Dual CSAFE RJ-45 connector Facility preference set-up parameters and diagnostics Optional personal entertainment monitor - digital TV with integrated mount and centrally Integrated controls including direct channel access LINE ITEM 0005: RECUMBANT CYCLE TOTAL QTY: 4 SPECS: Dimensions - 63.5"L x 25"W x 49.5"H (+ or -.5 inches) Machine weight - Maximum 178lbs Modes of operation - bike mode, constant power, isokinetic Programs - bike mode: quick start and manual; constant: 9 programs ; advanced function: manual isokinetic mode, manual constant power mode, YMCA fitness test Graphic display of profile via 10 x 15 LED Contact and polar wireless heart rate monitoring Resistance Range - 20 watts for self powered (max. 900 watts) Self powered Resistance type - single stage drive of hybrid eddy - current brake with brushless internal generator for low drag and high power capability Crank type - 165MM Three-piece heavy duty mountain bike type Max. user weight - 400lbs Dual CSAFE RJ-45 connector Optional personal entertainment monitor - digital TV with integrated mount and centrally integrated controls LINE ITEM 0006: INDOOR ROWER TOTAL QTY: 6 SPECS: Dimensions - 7'11"L x 24"W Seat heigh" 20" (+ or -.5 inches) Machine weight - Maximum 65lbs Stored dimensions - 27" x 47" x 54.5"H (+ or -.5 inches) Weight capacity - 500lbs Separates easily for storage Powder coated frame sealed with top coat Color - light metallic gray finish with dark blue-gray accents, nickel plated chain, fully enclosed chain housing, linger monitor arm, one pice leg desgn, fram lock for separation, spiral damper, caster wheel for mobility Performance monitor: automatic operation, track distance, speed, pace, calories burned, and watts Display options: view force curve, pace boat, bar chart, large print, or all data Log card ability, integrated heart rate display, USB interface, and user-friendly menu. Suunto compatability, Rechargeable battery pack, 2GB memory, and wireless connectivity for machine to machine racing. LINE ITEM 0007: DELIVERY AND INSTALLTION QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with the following instructions. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. a. The offeror must accede to all solicitation requirements, including technical, and the terms and conditions by submitting the following statement with your response to this solicitation: "I accede to all of the requirements of this synopsis/solicitation, including specifications, "SCHEDULE OF SUPPLIES/SERVICES" and terms and conditions." b. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I, Offerors Representations and Certifications - DFARS 252.225-7035, Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate c. Offerors must provide a unit price and extended price for all items referenced in the "SCHEDULE OF SUPPLIES/SERVICES". d. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. e. The vendor shall provide full specification details for comparability to include details of standard warranty coverage. Vendor must provide an estimated time of delivery. Please submit signed and dated quotes on company letterhead with unit prices, unit total prices and total offer amount to include shipping costs. f. The desired delivery date is 30 days or earlier, after receipt of order. Vendor must provide firm delivery date with quote. g. This equipment must not be used/refurbished, out-of-date or end of life in its life cycle. Equipment that is considered gray market will not be accepted. The manufacturer must certify all equipment before delivery and warranty all equipment afterwards. h. Interested vendors shall submit open market quotes for all or none of "SCHEDULE OF SUPPLIES/SERVICES" listed. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or call 1-888-227-2423. BASIS FOR AWARD: This is a competitive acquisition best value acquisition utilizing simplified acquisition procedures authorized by FAR 13.5 "Test Program for Certain Commercial Items."Award will be based on technical acceptability and price as follows: a. Technically Acceptabililty: Offerors will be determined technically acceptable based on the following: 1. Accession Statement: Offerors must include with their quote the written accession statement reflected in the "Quotation Preparation Instructions" paragraph "a." 2. Specification Details: Offeror must provide full specification details that meet the requirements of Line Items 0001 through 0006 to include the additional requirements as required in paragraph "e." b. Price: All technically acceptable offerors will be evaluated based on price. If the lowest priced offeror is determinated technically acceptable, award will made to that offeror without entering into discussions as this represents the best value to the government. CONTRACT TERMS AND CONDITIONS: The following clauses apply: By reference: 52.204-7: Central Contractor Registration 52.212-4: Contract Terms and Conditions -- Commercial Items 252.204-7004: Alternate A By Full Text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the following additional FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Rerepresentation 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this acquisition, and specificallythe following clauses under paragraphs (a) and (b) are applicable: 52.203-3, Gratuities 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.211-7003, Item Identification and Valuation 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests 252.243-7002, Requests for Equitable Adjustment 252.247-7023, Transportation of Supplies by Sea 52.252-2, CLAUSES INCORPORATED BY REFERENCE 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 this/these address (es): http://farsite.hill.af.mil (End of clause) AFFARS 5352.201-9101 Ombudsman (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 Center/MAJCOM ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. 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) MAXWELL 114 REQUIRED POSTERS (FEB 2003) Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm (End of Clause) Maxwell 119 WAWF-ELECTRONIC SUBMISSION OF INVOICE JAN 2007 Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: joseph.dyson@maxwell.af.mil Contract Specialist: angela.frazier@maxwell.af.mil Contracting Officer: sandra.turner@maxwell.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) The following provisions apply: FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2004), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. FAR 52.212-3, ALT 1 Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items DFARS 252.225-7035 Buy American Act-Free trade Agreements-Balance of Payments Program Certificate FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference 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 this address: http://farsite.hill.af.mil. (End of Provisions) IMPORTANT NOTE: All product items sold to the Government should be properly marked with manufacturer's name and part number. Responses to this notice shall be provided in writing to: 2Lt Angela L Frazier at angela.frazier@maxwell.af.mil. All inquiries/responses to this notice must be received by 12:00 p.m Central Daylight Savings Time (CDST) on 23 September 2010. Email is the preferred method of communication. Points of Contact: 2Lt Angela L Frazier, Contract Specialist, Phone (334) 953-7835, Fax (334) 953-3543.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2X3B0145A001/listing.html)
 
Place of Performance
Address: MAXWELL FITNESS CENTER, 50 WEST ASH ST BLDG 841, MAXWELL AFB, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN02291889-W 20100924/100922234800-7d3c1fd7c1b7618b967c9707b0684b89 (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.