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
MODIFICATION

78 -- Mobile Rock Climbing Wall - Requirement updates

Notice Date
6/1/2016
 
Notice Type
Modification/Amendment
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Maryland, State Military Reservation, 301 Old Bay Lane, Havre de Grace, Maryland, 21078-4094
 
ZIP Code
21078-4094
 
Solicitation Number
W912K6-16-Q-0043
 
Point of Contact
PNC/Gilberto Resto, Fax: 410-942-8458
 
E-Mail Address
ng.md.mdarng.list.uspfo-arpc@mail.mil
(ng.md.mdarng.list.uspfo-arpc@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Updated SOW Solicitation Number: W912K6-16-Q-0043 Notice Type: Combined Synopsis/Solicitation Response Date: June 21, 2016 11:00 am Eastern Original Set Aside: Total Small Business Classification Code: 78 - Recreational and Athletic Equipment NAICS Code: 339920 Sporting and Athletic Goods Manufacturing ________________________________________ Subject: The scope of this project is for the procurement of one (1) Mobile Rock Climbing Wall for Maryland National Guard. Purpose: Maryland Army National Guard proposes to enter into a Firm-fixed Price contract for one(1) Mobile Rock Climbing Wall Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance (IAW) with the format in 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. Solicitation Number: W912K6-16-Q-0043 solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-87, 06 April 2016. This solicitation document is issued as a Request for Quote (RFQ) for Mobile Rock Climbing Wall for the Maryland Army National Guard-Recruiting and Retention. The results of this requirement will be a Firm-Fixed Price (FFP) contract. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. The contractor shall provide Contract Line Item Number (CLIN): CLIN 0001........1.......EA......Rock Climbing Wall IAW salient characteristics listed below and on the Scope of Work a. 4 station 32ft Mobile Rock Climbing wall with auto belay b. Hot dipped galvanized Trailer and Rock Wall Frame Top coated with a protective sealer. Space saving/small footprint designed trailer. c. Dual galvanized 3500 lbs. rated Torsion axles with electric brakes for a total GVWR of 7000 lbs. d. Four aluminum magnesium wheels and a spare tire. e. Removable trailer tongue f. Three 7k Capacity Stability Jacks g. "Open air" Hydraulic Auto Belay h. 4-58 foot, double crimped on each end of a 7 by 19 anti-rotation air craft galvanized steel cable i. Fully redundant hydraulic auto-belay system with 2 back-ups to each route, j. Automatic Hydraulic/Pneumatic System) k. 8 air cylinders made of molded aluminum, must not be welded, must provide low friction, efficient pressurized air over oil systems. They must be repairable, not disposable, if service is necessary l. Triple action auto-locking "C" carabineers mechanism/redundancy with a clear-hose over double crimped m. 9 vertical reality safety climbing harnesses n. 90 preinstalled handholds with zinc plated bolts that are bolted to backing with zinc insert o. Swivel-Pulley design p. 4 Buzzers at the top of each of the 4 climbing routes q. Banner brackets for advertising. r. One piece injection realistic molded climbing surface s. Light weight, non-abrasive textured climbing surface t. Solar charger for lifting battery and two tool boxes for storage u. Vendor shall provide proof of performance for all advertisements within 10 working days to SFC John Bidinger at john.j.bidinger.mil@mail.mil. New Equipment ONLY, NO remanufactured or "gray market" items. All items must be covered by the required manufacturer's warranty. Contract Type and Evaluation Criteria: Award will be made to the responsive and responsible offeror whose offer results in Lowest Price Technically Acceptable. The North American Industry Classification System (NAICS) is 339920, Building and Building material/industrial services and supply. The small business size standard is 750 employees, and an unrestricted will be a competed action. Destination: Shipping will be free on board (FOB) Destination to: One (1) to be shipped to: Maryland Army National Guard Camp Fretterd Military Reservation 13720 Omaha Beach Drive. Reisterstown, Maryland 21136-4151 a. Notification: Vendor shall notify SFC Newman via email @ stephanie.k.newman2.mil@mail.mil with all shipping tracking information. Period of Performance: One (1) week lead time from contract completion. Acceptance Criteria: Rock Climbing Wall will be inspected upon delivery. Items will be free of damage that may have occurred through shipment. Rock Climbing Wall will be fully operational. NOTES: Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number registered. Instructions for registering are on the web page. The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf System for Award Management (SAM) SAM.gov REGISTRATION IS FREE: There is NO FEE to register, or maintain your registration, in the System for Award Management (SAM.gov). If you receive an email from a company claiming to represent SAM.gov, be cautious. If you get an e-mail from a company offering to help you register in SAM.gov asking you to contact them and pay them money, be cautious. These messages are not from the Federal Government. It is FREE TO REGISTER in SAM.gov for any entity Applicable Clauses/Regulations: 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ 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/ 52.204-7, System for Award Management. 52.204-13, System for Award Management Maintenance. 52.212-1, Instructions to Offeror -- Commercial applies to this acquisition. 52.212-2, Evaluation -- Commercial Items applies to this acquisition. Quotes will be evaluated on technical acceptability and price. Offeror must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current. 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial applies to this acquisition. 52.222-50, Combating Trafficking in Persons 52.233-3, Protest after Award. 52.233-4, Applicable law for Breach of Contract Claim. 52.219-6, Notice of Total Small Business Set-Aside 52.219-13, Notice of Set-Aside Orders 52.204-10, Reporting Executive Compensation on First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Representation. 52.222-3, Convict Labor. 52.222-19, Child Labor-Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while driving. 52.225-13, Restrictions on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer 52.225-18, Place of Manufacture 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representations 52.232-40-Providing Accelerated Payments to Small Business Subcontractors 52.246-16, Responsibility for Supplies 52.247-34, F.O.B. Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alt A, System for Award Management applies to this acquisition. 252.225-7001, Buy American and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payment 252.247-7023, Transportation of Supplies by Sea It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Quotes will be due to Maryland Army National Guard, USP&FO for Maryland, 301 Old Bay Lane, Havre de Grace, Maryland 21078, via email no later than Tuesday, June 21, 2016 11:00 AM, Eastern Standard Time. All inquiries must be email to ng.md.mdarng.list.uspfo-arpc@mail.mil. Questions: All questions are due to Maryland Army National Guard no later than June 07, 2016 at 11:00 AM EST to the following e-mail address: ng.md.mdarng.list.uspfo-arpc@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA18/W912K6-16-Q-0043/listing.html)
 
Place of Performance
Address: Maryland Army National Guard, Camp Fretterd Military Reservation, 13720 Omaha Beach Drive., Reisterstown, Maryland 21136-4151, a.Notification: Vendor shall notify SFC Newman via email @ stephanie.k.newman2.mil@mail.mil with all shipping tracking information., United States
 
Record
SN04134715-W 20160603/160601234901-91ae732dd6b0787ad377665c09625062 (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.