SOLICITATION NOTICE
99 -- Fitness Equipment
- Notice Date
- 7/12/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423910
— Sporting and Recreational Goods and Supplies Merchant Wholesalers
- Contracting Office
- Other Defense Agencies, Defense Commissary Agency, Contracting Business Unit Support Services/Supply and Revenue Branch (HDEC05), 1300 E Avenue, Building P-11200, Fort Lee, Virginia, 23801-1800
- ZIP Code
- 23801-1800
- Solicitation Number
- HDEC05-10-T-0111
- Archive Date
- 8/15/2010
- Point of Contact
- Peggie Lowery, Phone: (804) 734-8000, X-86181, Michael L Shaffer, Phone: 804-734-8681
- E-Mail Address
-
peggie.lowery@deca.mil, michael.shaffer@deca.mil
(peggie.lowery@deca.mil, michael.shaffer@deca.mil)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation Notice - Fitness Equipment Solicitation No.: HDEC05-10-T-0111 Response Date: September 15, 2010 POC: Peggie Lowery Fax: 804-734-8669 Phone: 804-734-8000 ext 86181 Place of Delivery: 1300 E Ave Fort Lee, VA 23832 Full and Open Competition Classification Code: FSC Code: 78 NAICS Code: 423910 SIC Code: 5091 Size Standard: 100 Employees Description: Fitness Equipment for DeCA HQ Fitness Center A) This is a combined synopsis and 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; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. B) The solicitation number for this procurement is HDEC05-10-T-0111 and is issued as a Request for Quotation (RFQ). *QUOTES ARE DUE BY 7/15/2010 BY 4PM EASTERN TIME. Please send your quotes to Peggie Lowery, peggie.lowery@deca.mil and Michael G. Shaffer, Michael.shaffer@deca.mil. C) This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-39, DFARS Change Notice 20100324, and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2005 Edition. D) For information purposes the Standard Industrial Classification Code is 5091. The North American Industry Classification systems (NAICS) code is 423910. The Size standard is 100 employees. This solicitation is Full and Open Competition. E) Contract Line Item Numbers (CLINS). Offerors: Provide your quote for Fitness Equipment in the following format: Location(s) 1300 E Ave Fort Lee, VA 23801 Adduction/Abduction Machine Delivery and set-up date: September 15, 2010 Provide an effective workout for the outer hip and/or inner thigh. Movement arm easily adjusts for different starting positions Adjustable back pad provides four positions of inclination, offering desirable torso positioning for optimum muscle recruitment for each movement. Provide direct work for two opposing muscle groups, maximizing space your facility. Individual strength profiles that accommodate both adduction and abduction exercises on one machine. Cost: $_____________ Abdominal Machine Delivery and set-up date: September 15, 2010 State of the art linkage to provide a moving axis of rotation that simulates the body's moving axis o rotation, increasing user safety. Combination of elbow and back pads with hand grips to provide upper body stabilization, eliminating lower back muscles' static involvement. Leg anchoring ankle pads to provide lower body stabilization Controlled motion movement arms isolate abdominal sheath, eliminating hip flexor involvement. Cost: $_____________ Seated Leg Curl Machine Delivery and set-up date: September 15, 2010 Couple movement arm technology to reduce knee strain and maintain axis alignment. Reclined seat back angle to prevent quadriceps from interfering with full range hamstring contraction. Quick-set led pad for proper positioning for user of all sizes. Heavy padded movement arm roller for user comfort. Cam profile that allows user full contraction in end position. Must provide an excellent hamstring workout in a comfortable position. Cost: $_____________ Leg Extension Machine Delivery and set-up date: September 15, 2010 Reclined seat back angle to prevent hamstrings from interfering with full range quadriceps contraction. Quick-set leg pad for proper positioning of all users Heavy padded movement arm roller for user comfort. Cam profile that allows user full contraction in extended position. Should position body to allow maximum range knee extension while maintaining axis alignment. Cost: $_____________ Overhead Press Machine Delivery and set-up date: September 15, 2010 Converging, dependent movement arms to provide equal loading and greater range of movement. Linkage drive system to generate correct strength profile Multiple positions, oversized handles distribute load over greater area of hands for increased comfort and user preference. Should provide an easy-entry start position without compromising the user's full range of motion. Cost: $_____________ Preacher Curl Machine Delivery and set-up date: September 15, 2010 Adjustable seat positions user quickly for excellent muscle isolation. Optional grip positions for multiple preferences Extra thick elbow pad to add comfort and surface area to accommodate all sizes. Machine should provide direct rotary training of the biceps. Cost: $_____________ Pullover Machine Delivery and set-up date: September 15, 2010 At least 240 degrees of shoulder rotation. Contoured back pad for unrestricted movement in starting position. Angled movement of pads for comfort and accommodation of various user sizes. Tiered foot pedal for easy entry and exit. Ergonomically designed movement arm to accommodate all users. Deliver the most important, full-range movement for the latissimus dorsi and other torso muscles. Cost: $_____________ Rear Delt Pec/Fly Machine Delivery and set-up date: September 15, 2010 Dependent mechanism to synchronize movement arms and provide more stable movement. Single, overhead adjustment to allow, fast, easy selection of both movement arms simultaneously, without user position change. Machine design to allow user to remain seated during transition from one exercise to another. Optimum range of possible rotary movement. Offers two distinct and direct rotary movements for the muscles of the chest, shoulders and upper back. Cost: $_____________ Rotary Torso Machine Delivery and set-up date: September 15, 2010 Seat to adjust left/right to provide approximately 10 degrees to 80 degrees range of motion. Upper body stabilization and body positioning to provide exercise effectiveness. Easy-read index to allow repeatable work-range adjustments from seated position. Cost: $_____________ Vertical Chest Machine Delivery and set-up date: September 15, 2010 Converging, dependent movement arms to provide equal loading greater range of movement. Multiple position oversized handles distribute load over greater area of hands for increased comfort and user preference. Adjustable back pad for varying starting positions. Functional linkage system to generate correct strength profile. Convergent movement that provides maximum pectoral contraction. Cost: $_____________ Ventral Tricep Extension Delivery and set-up date: September 15, 2010 Adjustable seat and back pad to help maintain correct alignment of elbow joints. Positive cam-driven design to provide the correct strength curve throughout movement. Movement-arm handles support elbow extension during heavy loading. Isolation of Triceps. Cost: $_____________ Cross Trainer Delivery and set-up date: September 15, 2010 IPod integration, USB compatibility, multiple state of the art training programs. Resistance Controls: Allow users to easily adjust workout intensity. Oversized Pedals: Allow users to adjust foot position comfortably and the narrow pedal spacing to minimize lateral hip shifting, which should reduce lower back stress. Heart Rate Monitoring: Digital heart rate monitoring hand sensors. Motivating Workout Variety: Workouts automatically adjust the resistance level to keep users in their target heart rate zone. Goal based workouts allow users to set personal goals. Self-Powered Convenience: Powered by human movement; to allow the energy efficient cross trainer to be moved anywhere in the facility with no electrical cords or outlets. Provide a lower operating resistance for novice and deconditioned users. Cost: $_____________ Smith Press Delivery and set-up date: September 15, 2010 Open, walk-through design for easy roll through access for benches. 10 to 20 pounds of take-off weight to allow users of all levels the ability to exercise. At least 90 degree path of motion for adaptability to all exercises. 16-24 bar and catch hooks to adjust in four-inch increments or less. Cost: $_____________ Adjustable, -10 degree to 80 degree Bench Delivery and set-up date: September 15, 2010 Back pad to have at least six positions from -10 degree to 80 degree. Seat pad to provide three positions from 0 degrees to 20 degrees. To include wheels and a handle for easy moving that doubles as a footrest. Cost: $_____________ Flexibility Systems Delivery and set-up date: September 15, 2010 Safely simulate everyday functional movements. Allowed to be used standing up while moving in at least three planes of motion. Maximize flexibility by working all of the muscle groups in a closed kinetic chain and by lengthening those muscles that are habitually tight or inhibited. Cost: $_____________ Plates/Bar 400 lbs Delivery and set-up date: September 15, 2010 Cost: $_____________ Installation Delivery and set-up date: September 15, 2010 Cost: $_____________ F) DESCRIPTION OF REQUIREMENTS : Contractor shall provide equipment based on brand name or equal, using the salient characteristics given for each piece of equipment. Delivery must be made by 15 September 2010 but prospective contractor(s) may propose an alternative delivery date. Delivery dates proposed after September 15, 2010 but before September 24, 2010 will be evaluated as having moderate risk of not meeting schedule. Delivery between September 27-29 will be evaluated as high risk of not meeting schedule. Delivery proposed September 30, 2010 or after will be evaluated as extremely high risk and impact the procurement severely. Offers shall propose a daily discount rate for every day the delivery is delayed beyond the dates quoted. Failure to submit adequate discount consideration will be evaluated as a risk. If not providing brand name equipment, offeror must furnish detailed product specification for each piece of equipment. This requirement allows for the possibility of multiple awards. •G) Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Quotes shall contain the following information: RFQ Number (see Paragraph B) Time specified for receipt of quotes (see Paragraph R) Name, address, telephone and fax number of quoter Quoters e-mail address Unit Price, extended price per CLIN item and total price (in the format specified in paragraph E) Discount Terms Quotation shall include a SIGNED STATEMENT specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and acknowledge all amendments to the solicitation (as applicable). PERIOD OF ACCEPTANCE OF OFFERS : The quotation shall state the agreement to hold the prices contained therein firm for 30 calendar days from the date specified for receipt, unless another time period is specified in an addendum or amendment to the Request for Quotation. LATE OFFERS : Request for Quotations or modifications of quotes received at the address specified for the receipt of offers after the exact time specified for receipt MAY NOT be considered. All prospective awardees MUST BE CENTRAL CONTRACTOR REGISTERED (CCR) prior to receiving an award. If your firm has not registered yet, you are highly encouraged to do so NOW. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. H) 52.212-4501 FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made to the best value offeror based on meeting or exceeding salient characteristics, delivery terms, and price. All three factors are approximately equally weighted, when combining salient characteristics and delivery terms, the factors are significantly more important than price. (b) Options (if included in the Schedule). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. I) RESERVED J) Offerors shall provide a complete copy of the provision 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items (Aug 2009)(as applicable) with their quote, which may be completed electronically at http://orca.bpn.gov. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. All FAR & DFARS Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil, http://www.acq.osd.mil/dpap/, or http://acquisition.gov/comp/far/index.html •K) FAR Clauses 52.212-4, Contract Terms and Conditions-Commercial Items apply to this acquisition with the following addendum: Addendum to FAR 52.212-4: If your company can accept credit card payments, please provide the following: Contractor Point of Contact for credit card payments: ___________________________________ Phone Number: ____________________________ Fax Number: _____________________________ Contractor shall submit invoices to the address in Block 18a of the Standard Form (SF) 1449, contract award document. In order to be considered a valid invoice, the following information must be on each invoice: Name and Address of Company Contract/Purchase Order Number Contract Line Item Number (CLIN) for Commissary location Invoice number Date Total Charge CENTRAL CONTRACTOR REGISTRATION (CCR) : Contractor's Central Contractor Registration (CCR) must be active and remain current throughout the term of this contract. www.ccr.gov ELECTRONIC DOCUMENT ACCESS (EDA): This award document and any subsequent modifications will be posted to the Department of Defense Electronic Document Access (EDA) system. Contractors must obtain copies of all contract documents through EDA by registering as a "Vendor" at http://eda.ogden.disa.mil. Assistance in registering in EDA is available online, via e-mail at cscassig@csd.disa.mil or by phoning the EDA Help Desk toll free at 866-618-5988 (801-605-7095). L) The contractor shall perform to the standards and specifications in this contract. M) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition and the following clauses are hereby incorporated by reference: FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.219-6 Notice of Total Small Business Set-Aside; 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 52.222-3 Convict Labor; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-10 Waste Reduction Program; FAR 52.223-5 Pollution Prevention and Right-to-Know; FAR 52.225-13 Restriction on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-36 Payment by Third Party; FAR 52.233-3; Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items applies to this acquisition and the following clauses are incorporated by reference: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials; DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; DFARS 252.204-7004 ALT A Required Central Contractor Registration; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001 Pricing of Contract Modifications N) Additional requirements: All Quotes shall be marked with the RFQ NUMBER (shown in paragraph B) and CLOSING DATE (shown in paragraph R). FAR 52.215-5 FACSIMILE PROPOSALS - Facsimile offers WILL BE accepted at fax #: 804-734-8669 (Attention: Peggie Lowery ). However it is highly recommended that fax transmissions be made and confirmed one working day prior to the date specified for receipt of quotes in accordance with FAR Clause 52.212-1(f) "Late Submissions." ADDITIONAL PROVISIONS REFERENCED IN THIS PARAGRAPH MUST BE READ IN FULL TEXT AT http://farsite.hill.af.mil, http://www.acq.osd.mil/dpap/, or http://acquisition.gov/comp/far/index.html DFARS 252.201-7000 Contracting Officer's Representative; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; FAR 52.212-3 ALT 1 Offeror Representations and Certifications-Commercial Items with Alternate 1; FAR 52.219-28 Post Award Small Business Program Representation 52.204-4500 INSTALLATION ACCESS REQUIREMENTS (DEC 2001) The contractor is responsible for ensuring compliance with installation access procedures for both personnel and vehicles. 52.217-4505 FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor prior to expiration of the contract performance period. 52.228-4500 LIABILITY TO THIRD PERSONS (APR 1997) The contractor shall be responsible for and hold the Government harmless from all claims on the part of persons not a party to this contract for personal injury, death, and property loss or damage caused in whole or in part by the fault or negligence of the contractor, his officers, agents, or employees in the performance of work under this contract. 52.228-4501 VEHICLE OPERATION AND INSURANCE (DEC 2001) a. All private-owned and Contractor-owned vehicles shall be properly licensed, insured and safety inspected in accordance with applicable federal, state and local regulations. The following automotive liability coverage is required: •(1) For Contractor-owned vehicles: Bodily injury $200,000 per person, $500,000 per occurrence; property damage $20,000 per occurrence. •(2) For private owned vehicles: Bodily injury and property damage insurance meeting requirements of state in which vehicle is registered. b. Vehicles licensed or registered in a state, which requires a mechanical safety inspection must display a valid inspection sticker. c. All vehicles operating at the installation are subject to the installation traffic code, copies of which are available in the office of the installation Provost Marshal. 52.228-4502 OTHER INSURANCE REQUIREMENTS (OCT 1995) The contractor shall procure and maintain during the entire period of performance under this contract the following minimum insurance and shall furnish a certificate upon request by the Contracting Officer: (1) Workmen's Compensation: As required by law of the State of Washington. (2) Employer's Liability: $100,000 (3) Comprehensive General Liability: $500,000 each occurrence. •52.233-4500 INDEPENDENT REVIEW OF AGENCY PROTESTS (APRIL 2004) Offerors/bidders may submit their agency protest directly to the contracting officer or request an independent review at a level above the contracting officer. The independent review is available as an alternative to consideration of the agency protest by the contracting officer. The independent review is not an appeal of the contracting officer's decision on an agency protest. Agency protests for consideration by the contracting officer must be submitted to the issuing office indicated on the face of the solicitation. Agency protests for consideration by a level above the contracting officer must be submitted to: Defense Commissary Agency ATTN: AM (Director, Contracting) 1300 E Avenue Fort Lee, Virginia 23801-1800 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. Also, the full text of a solicitation provision and any clauses may be accessed electronically at this/these address(es): http://farsite.hill.af.mil, http://www.acq.osd.mil/dpap/, or http://acquisition.gov/comp/far/index.html 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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, http://www.acq.osd.mil/dpap/, or http://acquisition.gov/comp/far/index.html O) Not applicable. P) The Defense Priorities and Allocations Systems (DPAS) rating is N/A. Q) There are no numbered notes applicable to this solicitation. R) Offers will be accepted at the DEFENSE COMMISSARY AGENCY, CONTRACTING BUSINESS UNIT / AMDS, 1300 E. AVENUE, FORT LEE, VA 23801-1800 and must be received NO LATER THAN 2:00 PM local time on April 16, 2010. S) The point of contact for this solicitation is Peggie Lowery, (804) 734-8000 x 86181, Michael G. Shaffer, Contracting Officer, 804-734-8000 x48681.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA05AMDRAMDS/HDEC05-10-T-0111/listing.html)
- Place of Performance
- Address: DeCA Headquarters, Attn: AMDR, 1300 E Avenue, Fort Lee, Virginia, 23801-1800, United States
- Zip Code: 23801-1800
- Zip Code: 23801-1800
- Record
- SN02203144-W 20100714/100712235203-0769f92f967766b5292ef9cd7776e8c9 (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 |