Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2016 FBO #5306
SOLICITATION NOTICE

78 -- CBP USBP El Centro Sector Gym Equipment

Notice Date
6/1/2016
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
4760 N. Oracle Rd. Suite 100, Tucson, AZ 85705
 
ZIP Code
85705
 
Solicitation Number
20092705
 
Response Due
6/10/2016
 
Archive Date
12/7/2016
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a 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.The solicitation number is 20092705 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88. The associated North American Industrial Classification System (NAICS) code for this procurement is 453998 with a small business size standard of $7.50M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-06-10 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The DHS Customs and Border Protection (CBP) requires the following items, Brand Name or Equal, to the following: LI 001: LIFE FITNESS INTEGRITY TREADMILL DOMESTIC (ITEM # CLST) *Item should include extended warranty and preventative maintenance as specified in SOW section 4.1(c), 1, EA; LI 002: LIFE FITNESS INTEGRITY SUMMIT TRAINER (ITEM # CLSL) *Item should include extended warranty and preventative maintenance as specified in SOW section 4.1(c), 1, EA; LI 003: LIFE FITNESS INTEGRITY UPRIGHT BIKE (ITEM # CLSC) *Item should include extended warranty and preventative maintenance as specified in SOW section 4.1(c), 2, EA; LI 004: LIFE FITNESS CROSS-TRAINER DISCOVER (ITEM # 95XI) *Item should include extended warranty and preventative maintenance as specified in SOW section 4.1(c), 1, EA; LI 005: LIFE FITNESS POWER BAND 1/2" (ITEM # ACC-BD), 2, EA; LI 006: LIFE FITNESS POWER BAND 1 1/2" (ITEM # ACC-BD), 2, EA; LI 007: LIFE FITNESS POWER BAND 1 3/4" (ITEM # ACC-BD), 2, EA; LI 008: LIFE FITNESS POWER BAND 2 1/2" (ITEM # ACC-BD), 2, EA; LI 009: LIFE FITNESS POWER BAND 4" (ITEM # ACC-BD), 3, EA; LI 010: LIFE FITNESS OPTIMA SERIES SMITH MACHINE (ITEM # OSSM), 1, EA; LI 011: LIFE FITNESS HAMMER STRENGTH SELECT DIP (ITEM # HS-ADC), 1, EA; LI 012: LIFE FITNESS SIGNATURE ADJ DECLINE BENCH (ITEM # SADB), 1, EA; LI 013: LIFE FITNESS OPTIMA SERIES LEG EXT CURL (ITEM # OSLEC), 1, EA; LI 014: LIFE FITNESS HAMMER STRENGTH BACK EXT (ITEM # HS-BE), 1, EA; LI 015: LIFE FITNESS MJ CORE TOWER-FRAME (ITEM # MJ-CORE), 2, EA; LI 016: LIFE FITNESS MJ TRICEP PUSHDOWN (ITEM # MJTP), 2, EA; LI 017: LIFE FITNESS MJLP STATION-FRAME (ITEM # MJLP), 2, EA; LI 018: LIFE FITNESS MJ ROW-RAME (ITEM # MJRW), 2, EA; LI 019: LIFE FITNESS MJAXO STATION (ITEM # MJAXO), 1, EA; LI 020: LIFE FITNESS HD ELITE POWER RACK (ITEM # HDLPR), 1, EA; LI 021: LIFE FITNESS HD ELITE STAND ALONE STORAGE (ITEM # HDLSTOR), 1, EA; LI 022: LIFE FITNESS HAMMER STRENGTH FLAT BENCH (ITEM # FW-FB), 1, EA; LI 023: LIFE FITNESS 105LB DUMBELL-SET (ITEM # IGDB105I), 1, EA; LI 024: LIFE FITNESS 110LB DUMBELL-SET (ITEM # IGDB110I), 1, EA; LI 025: LIFE FITNESS 115LB DUMBELL-SET (ITEM # IGDB115I), 1, EA; LI 026: LIFE FITNESS 120LB DUMBELL-SET (ITEM # IGDB120I), 1, EA; LI 027: LIFE FITNESS INTEGRITY SUMMIT TRAINER (ITEM # CLSL) *Item should include extended warranty and preventative maintenance as specified in SOW section 4.1(c), 1, EA; LI 028: LIFE FITNESS TREADMILL EXPLORE DOMESTIC (ITEM # 95TXP) *Item should include extended warranty and preventative maintenance as specified in SOW section 4.1(c), 2, EA; LI 029: LIFE FITNESS LIFECYCLE BIKE (ITEM # GEC) *Item should include extended warranty and preventative maintenance as specified in SOW section 4.1(c), 2, EA; LI 030: LIFE FITNESS FLEXSTRIDER (ITEM # 95FXP) *Item should include extended warranty and preventative maintenance as specified in SOW section 4.1(c), 1, EA; LI 031: LIFE FITNESS ISO-LATERAL SHOULDER PRESS (ITEM # IL-SP), 1, EA; LI 032: LIFE FITNESS HAMMER STRENGTH SMITH (ITEM # HSSM), 1, EA; LI 033: LIFE FITNESS CABLE MOTION DUAL A-PULLEY (ITEM # CMDAP), 1, EA; LI 034: LIFE FITNESS MULTI-ADJUSTABLE BENCH (ITEM # ASMAB), 3, EA; LI 035: LIFE FITNESS ISO-LATERAL BENCH PRESS (ITEM # IL-BP), 1, EA; LI 036: ASSEMBLY AND INSTALLATION SERVICES, 1, AU; 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 (CBP) 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. An Offeror 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 (CBP) is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors 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.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors 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 offerors require additional clarification, notify the point of contact or 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. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. 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. 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. All items requiring installation shall arrive at the same time; otherwise partial shipment is authorized. Delivery must be made within 90 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 90 - required to make delivery after it receives a purchase order from the buyer. Unless otherwise noted. In 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. The attachment(s) should include the following non-pricing information: For equivalent/equal bids, a bidder must submit sufficient description/technical data/specifications for a technical evaluation by the government sufficient to determine if the "or equivalent/equal" item meets the minimum requirements of the BOM. The Contracting Officer is not responsible for acquiring any additional information. If description/technical data/specifications are not sufficient to make a technical acceptance decision, the bid may be determined technically unacceptable. The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract. In the event the Contractor effects any changes at the direction of any person other than the Contracting Officer, the changes will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. The Contracting Officer shall be the only individual authorized to accept nonconforming work, waive any requirement of the contract, or to modify any term or condition of the contract. The Contracting Officer is the only individual who can legally obligate Government funds. No cost chargeable to the proposed contract can be incurred before receipt of a fully executed contract or specific authorization from the Contracting Officer. Beginning April 11, 2016, payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). Payment terms for existing contracts and orders awarded prior to April 11, 2016 remain the same. The Contractor must use IPP for contracts and orders awarded April 11, 2016 or later, and must use the non-IPP invoicing process for those contracts and orders awarded prior to April 11, 2016. "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP: Full and complete invoice. The IPP was designed and developed for Contractors to enroll, access and use IPP for submitting requests for payment. Contractor assistance with enrollment can be obtained by contacting IPPCustomerSupport@fms.treas.gov or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20092705/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN04134018-W 20160603/160601234315-a9cdfa5b497113e6b76187b5e0618d18 (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.