Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2012 FBO #3793
MODIFICATION

78 -- Gym Equipment

Notice Date
4/11/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
1901 South Bell Street, Arlington, VA 22202
 
ZIP Code
22202
 
Solicitation Number
HSBP10120068345
 
Response Due
4/13/2012
 
Archive Date
10/10/2012
 
Point of Contact
Name: Kari Hylton-Hooker, Title: Contract Specialist, Phone: 5714687046, Fax:
 
E-Mail Address
kari.a.hylton@cbp.dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE:Bids are being solicited under solicitation number HSBP10120068345. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 335073. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-04-13 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The DHS Customs and Border Protection requires the following items, Brand Name or Equal, to the following: LI 001, True CS550 Treadmill -5 hp motor -Digital contact heart rate monitoring -Patented Softsystem tread absorption technology -Touchscreen display-Ipod input -Lifetime frame warranty, 3 years parts and labor, 2, EA; LI 002, Lemond Fitness RevMaster Pro Spin Bike, 1, EA; LI 003, Concept II Rower (Model D w/ PM4), 1, EA; LI 004, Sorinex Firestorm Cable Crossover with lat pull and low row (one on each side), 1, EA; LI 005, Sorinex ACME 2010 squat stand with dual pull-up bar and built-in wheels (Camp accessory compatible), 2, EA; LI 006, Sorinex Flat Utility Bench, 6, EA; LI 007, Sorinex Auger Double Half Rack -2 abbrev arch with holes -2 pairs square style j-cups -front/back upright have front/rear holes -floating uprights have side-to-side holes -2 pair 24" spotter bars -14 utility pins can be used throughout (plate/chain/band/vest storage or dip/chin pins), 2, EA; LI 008, Sorinex Evolution dual sided platform with 4'x6' alcove for double half rack-ballistic rubber-gusseted corners, 2, EA; LI 009, Sorinex 0-90 Degree Utility Bench -adjusts from 0, 15, 35, 60, 80, to 90 degrees -minimal gap between seat and back rest -high quality 11-gauge steel construction -built-in wheels and handle for easy transport -made in the USA, 15 year warranty (structural), 2, EA; LI 010, Sorinex 90 Degree Utility Bench (shoulder press chair), 1, EA; LI 011, Sorinex FNGHD - Glute Ham Developer, 2, EA; LI 012, Troy VTX Black Bumper - 45lbs (per plate) -450mm diameter-low odor mostly virgin rubber construction -durometer reading of 88-anti-pop center hub, 16, EA; LI 013, Troy VTX Black Bumper - 35lbs (per plate) -450mm diameter-low odor mostly virgin rubber construction -durometer reading of 88-anti-pop center hub, 16, EA; LI 014, Troy VTX Black Bumper - 25lbs (per plate) -450mm diameter-low odor mostly virgin rubber construction-durometer reading of 88-anti-pop center hub, 16, EA; LI 015, Troy VTX Black Bumper - 10lbs (per plate)-450mm diameter-low odor mostly virgin rubber construction -durometer reading of 88-anti-pop center hub, 16, EA; LI 016, Troy 55lb Kettlebell (KB-055)-large ergonomic steel handle-cast iron construction-baked enamel finish -1 year warranty, 4, EA; LI 017, Troy 20lb Kettlebell-large ergonomic steel handle-cast iron construction-baked enamel finish -1 year warranty, 4, EA; LI 018, Dynamax Med Balls 20lb., 4, EA; LI 019, EXF Rings (pr.), 4, EA; LI 020, Troy custom 8-sided rubber encased dumbbell set. Set includes pairs of 10-100lbs in 10lb increments, 1, EA; LI 021, Sorinex Safety Center Dumbbell Rack (2-tier, holds 10 pair heavy duty dumbbells), 1, EA; LI 022, Sorinex Gym Rat-stores bumper plates, standard weight plates, belts, ropes, etc-chalk bowl built in -locking built-in wheels come standard-high quality steel construction-made in the USA, 10 year warranty (structural), 2, EA; LI 023, PLAE 1/2" Flex 4' x 4' interlocking tiles, black, includes material and installation, 48, EA; LI 024, -All Sorinex equipment made in the USA and backed up for 15 years (structural) -Free custom colors and upholstery-Free logo headguards for benches, 1, EA; LI 025, Delivery and Installation, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Customs and Border Protection 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Customs and Border Protection is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers 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.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the ?Included in another line item? function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ?Submit a Question? feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/. No partial shipments are permitted unless specifically authorized at the time of award. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. Unless otherwise noted. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. Supplemental Bid InformationIn 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.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. For Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the DHS/CBP Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this RFQ. Items/services that do not conform to descriptions and part numbers found in this RFQ will be rejected at the time of delivery causing a return at the vendor's expense. For Exact Match Services Buys Only- In order for a sellers bid to be 'responsive' and considered for award, the seller is REQUIRED to document exactly how they intend to meet the requirements of the SOW. They shall document statement detailing the service for evaluation. Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. FAR 52.211-6
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/HSBP10120068345/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02719730-W 20120413/120411235604-234dbede5b692700c0ec7304d958e286 (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.