Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2004 FBO #0856
SOLICITATION NOTICE

78 -- Exercise Equipment for Bldg 3 Fitness Center

Notice Date
3/29/2004
 
Notice Type
Solicitation Notice
 
NAICS
423910 — Sporting and Recreational Goods and Supplies Merchant Wholesalers
 
Contracting Office
US Army Space Command, ATTN: SMDC-AR-CM, 1670 North Newport Road, Suite 211, Colorado Springs, CO 80916-2749
 
ZIP Code
80916-2749
 
Solicitation Number
W91260-04-T-0009
 
Response Due
4/2/2004
 
Archive Date
6/1/2004
 
Point of Contact
George P Knowlton IV, 719-554-1967
 
E-Mail Address
Email your questions to US Army Space Command
(george.knowlton@arspace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation, Subpart 12.6, as supplemented with additional information included in this notice. This announcement c onstitutes the only solicitation: proposals are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quote (RFQ) Number W91260-04-T-0009 and is a 100% Small Business Set-Aside. This solicitation docume nt and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-20. Standard Industrial Classification number is 5091. NAICS number is 423910. Business Size Standard is 500 employees. DESCRIPTION: Exercise Equipment for Bldg 3 Fitness Center. The following specifications are issued as Brand Name or equal specifications. With that, the term ??????or equal?????? is not added to each item/component description, but is instead stated here and applied to all items and components discussed hereafter. The offeror shall deliver and install all items and quantities no later than 03 May 2004, to include all associated parts, components, and hardware, and set-up and assembly; as described below in Contract Line Item Numbers (CLIN) 0001 through CLIN 0012. Offerors shall structure their proposal to include a price for: CLIN 0001 ?????? Treadmill, Low-Impact Commercial Heavy Duty; with ??????3 to 15% incline and 16mph top speed. Precor model C966 or equal. Qty: 2 Each. CLIN 0002 ?????? Recumbent Cycle. Precor C846R or equal. Qty: 1 Each. CLIN 0003 ?????? Elliptical Fitness Crosstrainer, Heavy Duty Commercial; w/Adjustable Crossramp. Precor EFX-546 or equal. Qty: 1 Each. CLIN 0004 ?????? Elliptical Fitness Crosstrainer, Heavy Duty Commercial; w/Total Body Arms. Precor EFX-556 or equal. Qty: 1 Each. CLIN 0005 ?????? Multi-Station System; w/two (2) 250LB Stacks. Paramount FIT-5000ARTPO or equal. Qty: 1 Each. CLIN 0006 ?????? FIT-5000 Leg Press Stack; w/375LB Stack. Paramount FIT-5000LPPO or equal. Qty: 1 Each. CLIN 0007 ?????? FIT-5000 Dedicated Press Stack; w/310LB Stack. Paramount ST3-ARTPO or equal. Qty: 1 Each. CLIN 0008 ?????? Adjustable Flat Incline/Decline Bench. Nautilus NANT1020 or equal. Qty: 2 Each. CLIN 0009 ?????? Dumbbell Set, 5-60 LB Pro Style; Black Plates Contoured Handle w/Chrome End Cap. Fitness Systems P/N OMDUMBBELL or equal. Qty: 1 Each. CLIN 0010 ?????? Dumbbell Rack, 3 Level (holds 12 pairs, 5LB-60LB). Muscle Dynamics MD3006MT or equal. Qty: 1 Each. CLIN 0011 ?????? Interlock Flooring, Black Rubber; 27??????3?????? x 19??????5?????? x 3/8??????. Fitness Systems P/N HUFLOORMAT or equal. Qty: 1 Lot CLIN 0012 ?????? Installation (to include set-up and assembly) of all items/equipment described in CLIN 0001 through CLIN 0011 above. Qty: 1 Lot. Quotes citing products and/or services offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the offeror??????s quote. Products and/o r services not provided under a Federal Supply Schedule shall fully articulate and demonstrate technical/functional capabilities offered. Catalog cutsheets, system design and configuration drawings or layouts, and other information required to substantiate the offeror??????s claims shall be provided with the offeror??????s quote. Manufacturer??????s standard commercial warranty is desired. See in this respect DFARS 52.211-7003, Brand Name or Equal. FOB Destination is desired. Installation, including set-up and assembly, for all items or equipment described in CLIN 0001 through CLIN 0011 above, is required to be completed in Bldg 3 Fitness Center by 03 May 2004, which presumes contract award no later than 06 Apr 2004. Delivery/Acceptance point is HQ US Army S pace and Command, SMDC-AR-LO-S, Bldg 3, 350 Vandenberg St., Peterson AFB, Colorado 80914. Government workdays are between the hours of 0730 and 1630 MT. FAR provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition, with the following addenda: Per FAR 12.603(b) the SF 1449 is not used. Period of acceptance of offers - Offeror agrees to hold the prices in its offer firm for 60 days after Government receipt of proposals. Any interested/qualified small business sources that believe they can provide the required products or services must respond no later than 2:00 PM, Mo untain Time, 02 Apr 2004. Award is anticipated no later than 06 Apr 2004. All such responses will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The following evaluation criteria shall be used to evaluate offers: (1) Technical Capability - ability to provide the products stated herein of the same or better functional and physical characteristics; (2) Delivery Schedule - ability to meet or exceed required delivery/installation completion dates; and (3) Total Proposed Price, inclusive of w arranty price ?????? most advantageous price considering all other factors. Evaluation Criteria is listed in descending order of importance, PROPOSAL PREPARATION INSTRUCTIONS: The Offeror shall clearly demonstrate how the products proposed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). The Offeror shall provide proposal informati on (e.g., catalog cut sheets, etc.) that substantiates the equivalency of the product offered to the product stated and required herein. Offeror??????s that offer products against Federal Supply Schedules shall provide copies of the pertinent pages of the schedule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN structure stated above. The Government will only consider the information provided in the offeror??????s proposal. Award will be made without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth therein for evaluation may render the offer nonresponsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, along with the following additional FAR clauses: 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietna m Era, 52.225-3, Buy American Act - Supplies, 52.225-9, Buy American Act- Trade Agreements Act-Balance of Payments Program, 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program. DFARs provisions 2 52.211-7003, Brand Name or Equal, 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.227-7015, Technical Data--Commercial Items and 252.227-7037, Validation of Restrictive Marking s on Technical Data; 252-247-7024, Notification of Transportation of Supplies by Sea. Offers sent via the US Postal Service should be mailed to US Army Space Command, ATTN: SMDC-CM-S, 350 Vandenberg Street, Peterson AFB, Colorado 80914. All RFP??????s n ot sent through the US Mail will be considered hand carried and subject to FAR 15.412. Proposals may be submitted by facsimile or email, however, it is the responsibility of the Offeror to ensure receipt - see also in this respect FAR 52.215-17, Telegraph ic Bids. Offerors are responsible for ensuring proposals are received no later than 2:00 PM MT, 02 Apr 2004. The point of contact for all information regarding this acquisition is George P. Knowlton at (719) 554-1967, fax (719) 554-8405 or at e-mail at george.knowlton@arsp ace.army.mil.
 
Place of Performance
Address: US Army Space Command ATTN: SMDC-AR-CM, 350 Vandenberg Street Peterson AFB CO
Zip Code: 80914
Country: US
 
Record
SN00556071-W 20040331/040329212158 (fbodaily.com)
 
Source
FedBizOpps.gov 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.