SOLICITATION NOTICE
78 -- 3SFG THOR3 Equipment
- Notice Date
- 8/17/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339920
— Sporting and Athletic Goods Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
- ZIP Code
- 28310
- Solicitation Number
- H92239-12-P-0054
- Point of Contact
- C Scott Phelps, Phone: 9104326145
- E-Mail Address
-
conway-phelps@soc.mil
(conway-phelps@soc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The US Army Special Operations Command (USASOC), as part of the THOR3 (Tactical Human Optimization, Rapid Rehabilitation & Reconditioning) Program has a BRAND NAME ONLY requirement for: Power-Lift Commercial Grade Strength & Conditioning Gym Equipment. The Government will not award separately. This is a combined synopsis/solicitation for commercial items prepared under the authority of 10 U.S.C. 2304-(1) as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. In accordance with FAR 6.302-1 (a) (2) (ii), these items are determined to be peculiar to one manufacturer and not available from any other sources. Supplies may be deemed to be available only from the original source in the case of a follow-on contract for highly specialized equipment when it is likely that award to any other source would result in -- (1) Substantial duplication of cost to the Government that is not expected to be recovered through competition, or (2) Unacceptable delays in fulfilling the agency's requirements. (See 10 U.S.C. 2304(d)(1)(B) or 41 U.S.C. 253 (d)(1)(B). The Power-Lift racks were part of the original competitive buy for the THOR3 Program in 2010 & 2011. The use of Powerlift equipment for the THOR3 Program fits the current equipment configuration and has intercompatibility with the component attachments. The redacted Justification and Approval (J&A) is attached. This solicitation incorporates provisions and clauses in accordance with Federal Acquisition Circular (FAC) FAC 2005-60, effective 23 July 2012. North American Industrial Classification Code (NAICS) 339920 applies to this procurement. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Recommended manufacturer: Power-Lift DBA Connor Athletic Products, Inc. Items called for by this request for quotation have been identified by a "brand name only" description. Quotations offering "equal" products will not be considered for award since this purchase is matching existing THOR3 Program equipment and inter-compatibility could be an issue. REQUIREMENT and ITEM SPECIFICATIONS: The US Army Special Operations Command (USASOC) and the THOR3 Program require the following items: CLIN 0001 : Power-Lift Weightlifting half rack; Quantity - 8 each Commercial grade half-size lifting rack/cage, 7 gauge steel uprights with minimum ht of 8 ft, uprights minimum 3.5 ft apart, adjustable low safety bars, wear guards on safety arms, Olympic plate storage, multi-grip pull-up bar, dip attachment, band anchoring attachments, technique trays/scoops. CLIN 0002 : Power-Lift Glute Ham Bench; Quantity - 6 each Commercial grade, 11 gauge steel, "2X2" square tubes, 2 fixed torso pads with 3 inch space between pads, heavy duty spring loaded pop pin for adjustment of foot pads and height, commercial grade 40 oz upholstery, adjustable foot placements and height. CLIN 0003 : Power-Lift Utility Bench, 0-90 degree; Quantity - 10 each Commercial grade multipurpose bench, 600 lb minimum wt capacity, compatible with standard half and full multipurpose racks, 0-90 angle locking, >5 angles, <2 inch gap between pads, wheels and handle for easy movement, minimum 12" width black pads. CLIN 0004 : Bumper Plates. Commercial grade solid rubber plate, meets IWF training plate standards of 450mm diameter, 50.8mm collar opening, reinforced metal inserts, English measurement (lb increments), black or color coded IWF weight standards. CLIN 0004AA: Bumper Plate, Black, 45lbs; Quantity - 36 each CLIN 0004AB: Bumper Plate, Black, 35lbs; Quantity - 16 each CLIN 0004AC: Bumper Plate, Black, 25lbs; Quantity - 16 each CLIN 0004AD: Bumper Plate, Black, 10lbs; Quantity - 16each CLIN 0005 : Urethane Plates. Commercial grade, solid steel, urethane encased, multiple grip areas, collar opening to accommodate 50mm Olympic lifting bar sleeve, engraved markings, black coloring. CLIN 0005AA: Urethane/Metal Plate, Black, 100lbs, Quantity - 6 each CLIN 0005AB: Urethane Plate, Black, 10lbs, Quantity -16 each CLIN 0005AC: Urethane Plate, Black, 5lbs; Quantity - 16 each CLIN 0005AD: Urethane Plate, Black, 2.5lbs; Quantity - 16 each CLIN 0006 : Men's Training Bar; Quantity - 24. Commercial grade, 20 kg non-certified, ball bearing rotation, premium finish, soft knurling. Will accommodate 50.8mm collar opening Olympic lifting plate. CLIN 0007 : Shipping shall be priced separately in this CLIN. DELIVERY: Desired delivery date is 6 weeks ARO to Fort Bragg NC 28310. Partial shipments is authorized - specified at time of order. CLAUSES: The following Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS) and USOCOM Supplement provisions and clauses are hereby incorporated by reference to this procurement action (exception(s) are provided, where applicable): FAR 52.204-7, Central Contractor Registration. FAR 52.211-8 Alt II, Inspection of Supplies-Fixed Price, is applicable to this requirement, FAR 52.212-1, Instructions to Offerors -Commercial Items applies. FAR 52.212-2, Evaluation-Commercial Items, is applicable to this requirement with the following clause addenda to paragraph (a), The Government will award a contract(s) resulting from this solicitation to the responsible offeror(s) whose offer(s) (e.g., quote) conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical Acceptability, (2) Price, and (3) Delivery. It is incumbent on the offerors to provide complete specifications for items offered. Technical acceptability is defined as an offer of supplies that completely satisfy the minimum salient characteristics of the CLINs. Technical Acceptability will be evaluated on a Pass or Fail basis. Only those offers evaluated as Pass will be further evaluated and considered for award. Prices shall be quoted in accordance with the CLIN to be incorporated in the Schedule of Supplies and Services in the event an award is made. Delivery is defined as the capacity and affirmation to conform with, or better, the RDD of this solicitation. Alternate delivery schedules that improve on the RDD will be considered. Offerors shall provide not less than two past performance references (with contact information) demonstrating success in providing in a timely manner the quantities and types of supplies required in this solicitation. The factor of technical acceptability is significantly more important than price and delivery combined. The factor of price is slightly more important than delivery. FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). FAR 52.222-3, Convict Labor. FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies. FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-22, Previous Contracts And Compliance Reports. FAR 52.222-25, Affirmative Action Compliance. FAR 52.222-37, Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans. FAR 52.225-1, FAR 52.225-4, Buy American Act--Free Trade Agreement--Israeli Trade Act Certificate. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. FAR 52.246-2 Alt I, Inspection of Supplies-Fixed Price. FAR 52.247-29, F.O.B. Origin or FAR 52.247-34, F.o.b. Destination, as applicable to award(s). FAR 52.252-2, Clauses Incorporated By Reference. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.204-7004, Required Central Contractor Registration Alt A. DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation). DFARS 252.232-7003, Electronic Submission of Payment Requests. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL. SOFARS 5652.201-9002, Authorized Changes only by the Contracting Officer with the following clause addenda: The address and email address of the Contracting Officer is Mr Scott Phelps, HQ, USASOC, E-2929 Desert Storm Drive (Stop A), DCS, Acquisitions and Contracting, Fort Bragg, NC 28310-9110, Fax: 910-432-9345; conway-phelps@soc.mil. SOFARS 5652.219-9004, Technical and Contractual Questions Concerning this Solicitation using the same contact information identified in clause 5652-201-9002. The full text of all clauses may be accessed electronically at http://farsite.hill.af.mil. QUOTE & QUESTIONS: Quotes shall be submitted to HQ, USASOC ATTN: AOCO: Mr Scott Phelps, Building E-2929, Desert Storm Drive, Fort Bragg, North Carolina, 28310, not later than 1:00 PM (EST), Wednesday, 05 September 2012. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Government to respond. Questions must be submitted via email to the contracting officer at conway-phelps@soc.mil NLT 1 PM (EST) on 30 August 2012. Telephonic questions will not be returned. Questions received after the question period has ended will not be considered. E-mail submissions are preferred however; fax submissions will be accepted at (910) 432-9345. Offerors are cautioned that due to file size limitations and email security protocols, there is a risk that not all correspondence will be received by this office. It is the offerors responsibility to ensure receipt of all email and faxed correspondence. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published on FedBizOpps, the same as this solicitation. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items, to include item specifications, unit and total price, (2) delivery time and F.O.B point, (3) completed Official Representations and Certifications, and (4) acknowledgement of any amendments that may be issued. Not submitting sufficient information for evaluation may be grounds for the offer to be eliminated from competition. It is the responsibility of offerors to review the FBO website for any changes or amendments to this RFQ. Offerors must be actively registered in Central Contractor Registration (CCR) as a small business concern prior to award. DUNS/CCR website is: http://www.ccr.gov. New equipment ONLY. NO remanufactured or used products. No "GREY" market items. Quote MUST be good for 30 calendar days after submission. Include the following in your quote: Tax ID Number, DUNS Number and CAGE Code Contact Information Payment/Discount Terms Delivery Schedule & Cost Point of contact for information is Mr. Scott Phelps, Contracting Officer, conway-phelps@soc.mil or (910) 432-6145. Email is preferred method of contact.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-12-P-0054/listing.html)
- Place of Performance
- Address: THOR3 Facility, Fort Bragg, North Carolina, 28310, United States
- Zip Code: 28310
- Zip Code: 28310
- Record
- SN02844545-W 20120819/120817235621-814ce6397a11b2aa0f11df00851ebce2 (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 |