Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2015 FBO #5028
SOLICITATION NOTICE

78 -- Fitness Equipment - Statement of Need - Fitness Equipment - 2015-08-06

Notice Date
8/28/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 136 AW/LGC, 200 HENSLEY AVE, BUILDING 1672, CARSWELL JOINT RESERVE BASE, FORT WORTH, Texas, 76127-1672
 
ZIP Code
76127-1672
 
Solicitation Number
W912L1-15-T-0246
 
Archive Date
9/23/2015
 
Point of Contact
Micah A. Kruse, Phone: 8178523254
 
E-Mail Address
micah.a.kruse.mil@mail.mil
(micah.a.kruse.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Need - Fitness Equipment - 2015-08-06 i. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. ii. The solicitation number is W912L115T0246 and is issued as a Request for Quotation (RFQ). iii. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. iv. This notice is exclusively set-aside for small business concerns. The associated North American Industry Classification System (NAICS) is 339920 and the associated small business size standard is 500 Employees. v. The following Contract Line Item Numbers (CLINs) apply to this acquisition, and offerors shall provide pricing in accordance with its structure to the maximum extent: CLIN Product/Service Description Quantity U/I 0001 Fully Adjustable Cable Crossover Station 1 EA 0002 Smith Machine 1 EA 0003 Squat Rack 1 EA 0004 Plate Loaded Seated Leg Extension/Leg Curl Machine 1 EA 0005 260lb Olympic Bumper Weight Set 1 EA 0006 Bumper Weight Set Rack 1 EA 0007 Olympic Adjustable Incline/Flat/Decline Free Weight Bench Press 1 EA 0008 Free Weight Leg Press 1 EA 0009 Olympic Curl Bar 1 EA 0010 7ft Stainless Steel Olympic Straight Bar 3 EA 0011 Slip Lock Olympic Bar Clip Collar Sets 6 EA 0012 Olympic Plate And Bar Rack 1 EA 0013 Back Extension Bench 2 EA 0014 Ab Bench 1 EA 0015 Medicine Ball Set 1 EA 0016 Wall/Medicine Ball Set 1 EA 0017 Medicine Ball Rack 1 EA 0018 Battle Rope Set 1 EA 0019 Commercial Treadmill 2 EA 0020 Commercial Upright Bike 2 EA 0021 Row Machine 1 EA vi. The Government requests an open market quote (only) in accordance with the requirements described in this solicitation and the attached Statement of Need (SoN), dated 2015.08.06. vii. The delivery and acceptance location for this requirement is the 254th Combat Communications Group and 221st Combat Communications Squadron (254th/221st) located at 222 Hensley Field Drive, Dallas, TX 75024. The Government prefers FOB Destination. viii. Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors-Commercial - The provision at FAR 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition, without addenda. ix. FAR 52.212-2, Evaluation-Commercial Items - The Government shall utilize the following evaluation procedures in lieu of the provision at FAR 52.212-2, Evaluation-Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, considering Price and other non-cost factors. The following factors shall be used to evaluate quotes: Price and Technical Acceptability. Price will be evaluated to determine fairness and reasonableness in accordance with FAR 13.106-3. Technical Acceptability will be evaluated to determine that the proposed products meet or exceed the minimum standards identified in the associated statement of need. It is the offerors responsibility to provide product literature in sufficient detail to allow the Government to perform a thorough evaluation and determine Technical Acceptability. The Government will first evaluate offerors' prices, and then evaluate the apparent lowest-priced quote for Technical Acceptability. If the Government determines the lowest-price quote unacceptable, it will then consider the Technical Acceptability of the next lowest-price offeror, continuing this process as necessary until such time that an award can be made. Quotes that do not meet the minimum standards of Technical Acceptability, or provide sufficient product literature to allow the Government to perform a thorough evaluation, shall be determined unacceptable and removed from further consideration for award. The Government intends on awarding without discussions. x. FAR 52.212-3 with Alternate I, Offeror Representations and Certifications-Commercial Items - Offerors shall include a completed copy of the provision at FAR 52.212-3 with Alternate I, Offeror Representations and Certifications-Commercial Items with its offer. Reference FAR 52.212-3 (b) for those representations and certifications that the offeror shall complete electronically. xi. FAR 52.212-4, Contract Terms and Conditions-Commercial Items - The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, without addenda. xii. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items - The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items applies to this acquisition. The contractor shall comply with the following additional FAR clauses: FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.219-6 with Alternate II, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post Award Small Business Program Rerepresentation; 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, Combatting Trafficking in Persons; FAR 223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving on Base; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim xiii. The following provisions and/or clauses apply to this acquisition: Provisions: FAR 52.204-7, System for Award Management; FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.211-6, Brand Name or Equal; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.225-18, Place of Manufacture; FAR 52.252-1, Solicitation Provisions Incorporated By Reference; FAR 52.252-5, Authorized Deviations In Provisions; DFARS 252.203-7005, Rerepresentations Relating to Compensation of Form DOD Officials; DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation; DFARS 252.204-7004 (Alternate A), System for Award Management; DFARS 252.204-7011, Alternative Line-Item Structure; DFARS 252.209-7992 (Deviation), Representation By Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law-Fiscal Year 2015 Appropriations; DFARS 252.225-7031, Secondary Arab Boycott of Israel / Clauses: FAR 52.204-18, Commercial and Government Entity Code Reporting; FAR 52.222-3, Convict Labor; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.252-2, Clauses Incorporated By Reference; FAR 52.252-6, Authorized Deviations In Clauses; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7999 (Deviation), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors; DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources As Subcontractors; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.244-7000, Subcontracts for Commercial Items xiv. The following Defense Priorities and Allocations System (DPAS) rating applies: N/A xv. All offers shall be submitted no later than 4:00 PM (CST) on 08 September 2015 by email to micah.a.kruse.mil@mail.mil or by delivery to 100 Hensley Ave, Building 1671, Fort Worth, Texas, 76127-1671. The use of facsimile is not authorized. xvi. For further information regarding this solicitation, offerors can contact Senior Master Sergeant Micah A. Kruse by phone at 817-852-3254 or by email at micah.a.kruse.mil@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA41-1/W912L1-15-T-0246/listing.html)
 
Place of Performance
Address: 254th Combat Communications Group and 221st Combat Communications Squadron, 222 Hensley Field Drive, Dallas, Texas, 75024, United States
Zip Code: 75024
 
Record
SN03860753-W 20150830/150828234805-196f9fe417871876cdddbe502d5ea5eb (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.