SOLICITATION NOTICE
78 -- Exercise Therapy Pool - Schematic
- Notice Date
- 9/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339920
— Sporting and Athletic Goods Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 1, 3632 Guadalcanal Road, Bldg 165, San Diego, California, 92155, United States
- ZIP Code
- 92155
- Solicitation Number
- H92240-12-R-0021
- Archive Date
- 10/5/2012
- Point of Contact
- Carolyn J. Giles, Phone: 6195373293, Elizabeth V. Lewis, Phone: 6195373201
- E-Mail Address
-
carolyn.giles@navsoc.socom.mil, elizabeth.lewis@navsoc.socom.mil
(carolyn.giles@navsoc.socom.mil, elizabeth.lewis@navsoc.socom.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Schematic for Pool 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. This announcement constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. This requirement is issued as a 100% Small Business set aside. The NAICS Code for this synopsis/solicitation is 339920, Sporting and Athletic Goods Manufacturing, Size Standard is 500 employees. Solicitation/Purchase Requisition Number H92240-12-R-0021 is issued as a Request for Proposal (RFP). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-58 effective 18 May 2012. The resulting contract or order will be firm-fixed price. NOTE 1: The request is for a BRAND NAME, HYDROWORX INSTAFIT SERIES, OR EQUAL product. If a proposal for an "or equal" is submitted, the proposal will be sent to the technical advisor for compatibility. ANY OFFEROR PROVIDING AN OR EQUAL PRODUCT SHALL DESCRIBE THOUROUGHLY HOW THEIR PRODUCT MEETS ALL THE REQUIRED CHARACTERISTICS LISTED BELOW IN CLIN 0001. FAILURE TO DO SO WILL MAKE THAT OFFEROR NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD. NOTE 2: A non-mandatory site visit will be held on 13 Sep 2012 a 10:00 A.M. Pacific Time. Interested parties shall e-mail the names of all attendees (not to exceed 2 per prospective offeror) to the POC identified herein not later than two business day prior to the site visit. In addition, the full name and address of the firm represented shall also be submitted at that time. (i) Be advised that use of recording devices (audio, video, etc.) is prohibited during the site visit. (ii) All questions that arise during and after the site visit must be submitted IN WRITING to Carolyn.Giles@navsoc.socom.mil by 3:00pm Eastern Time 16 Sep 2012. These questions may be submitted electronically or by facsimile (619-522-7586 attn: Carolyn Giles). Information provided by the site visit shall not qualify the terms and conditions of solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing at www.fbo.gov. The Government intends to award one (1) contract with four (4) contract line item numbers (CLIN): CLIN 0001: Hydro-therapy Exercise Pool - Portable pre-assembled exercise pool with a sectional pool shell and plug in access for ease of connection to an electrical outlet. The pool is pre-skirted. The pool shall include; 1 each variable speed treadmill with support bars, 2 each manually directional resistance therapy jets, 1 each five (5) foot massage hose, 1 each interior step access, 1 each 11KW electric heater, 1 each commercial filtration system, 1 each UV filtration system, 1 each pool mounted control system with LED display, pre-plumbing, pre-wiring, 1 each video monitoring system, 1 each folding therafoam cover, 1 each technology package, 1 each stainless steel stairway handrail. - The technology package includes: a fully integrated computer system with custom designed documentation software. The software monitors the pool functions, treadmill speed and jet speed and then uses this information to display and store information in a patient database for future reference and progress reports. There is a screen which displays all of the pool functions (jet speed, treadmill speed, stopwatch/timer, water depth) we can observe and control the patients' workout while we are working on another patient in another part of the clinic. The software compiles reports and graphs highlighting the progress of the pool session. This package also includes handheld wireless remote that controls all pool functions. There are also two underwater cameras and a flat screen viewing monitor to greatly enhance a clinician's diagnostic capabilities when evaluating a subject's underwater gait pattern. This also provides immediate feedback to the patient while they are performing their exercise / rehabilitation program. -Dimensions: The pool needs to fit into a space that does not exceed 9' wide by 20' long by 7' high. -Electrical requirements: Electrical service control panel must provide; 120/208 volt, 100 amp, 1-phase Make/Model: HydroWorx Instafit Series Therapy Pool or equal **The schematics are attached separately Qty/Unit of Issue: 1each Desired Delivery Date: 30 September 2012 FOB: Destination Inspection and Acceptance: Destination CLIN 0002: Annual Preventive Maintenance Qty/Unit of Issue: 1 Year Desired Delivery Date: 30 September 2012 FOB: Destination Inspection and Acceptance: Destination CLIN 0003: Standard Pool System Training - To include pool operation and maintenance procedures. Qty/Unit of Issue: 1 each Desired Delivery Date: 30 September 2012 FOB: Destination Inspection and Acceptance: Destination CLIN 0004: Installation - To include a brief over view of the pool operation. Qty/Unit of Issue: 1 each Desired Delivery Date: 30 September 2012 FOB: Destination Inspection and Acceptance: Destination The provision at 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012) applies to this acquisition. 52.212-1 Addenda: Paragraph ((b) Submission of offers. (4) is hereby changed to read: A technical description of the items being offered in sufficient detal to evaluate compliance with the requirements in the solicitation. Prospective offerors shall include product literature or other documents with proposal, Paragraph (m) is hereby added. Proposal responses may be submittied to the attention of Carolyn Giles at carolyn.giles@navsoc.socom.mil or fax (619)522-7586. All offers must be submitted via email or fax not later than 14 July 2012 by 1600 PST. Oral proposals or quotes will not be accepted, Paragaraph (n) is hereby added. Complete the following and return with proposal:5652.204-9000 Individual Authorized to Sign (2003), 252.247-7022, Representations of Extent of Transportation by Sea (AUG 1992). Paragraph (o) is hereby added. The Government will begin transitioning to the System for Award Management (SAM) on 23 July 2012 and fully utilized on 30 July 2012. SAM will replace the CCR/FedReg, ORCA, and EPLS data bases. The link to SAM is www.sam.gov. The provision at 52.212-2, Evaluation -- Commercial Items (Jan 1999) applies to this acquisition. The following evaluation factors shall be used to evaluate offers; technical capability of the product to meet the exercise pool criteria price, and past performance. Technical and past performance, when combined are equal when compared to price. 52.212-2 Addenda, Paragraph (b) Options. This acquisition will not include options. The provision at 52.212-3, Offeror Representations and Certification-Commercial Items (April 2012) applies to this acquisition. All prospective offerors shall include a completed copy of the provision at 52.212-3. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2012), applies to this acquisition. 52.212-4 Addenda, Paragraph (u) is hereby added. The following provisions and clauses are hereby added; 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 (End of Provision). 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 (End of Clause), 52.228-5, Insurance -- Work on a Government Installation (Jan 1997), 52.237-1 -- Site Visit (Apr 1984), 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation (Apr 1984), 252.247-7022, Representations of Extent of Transportation by Sea (AUG 1992). Complete and submit with proposal. 5652.228-9000 Required Insurance (2003) TYPE AMOUNT Automobile Bodily Injury Liability $200,000 per person/ $500,000 per occurrence (Minimum) Property Damage Liability $20,000 per occurrence (Minimum) Workers Compensation & Occupational Disease As required by federal and State Statutes Employer's Liability $100,000 (Minimum) (Revised August 2010) 5652.201-9002 Authorized Changes Only by Contracting Officer (2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is: Elizabeth Lewis, (619)537-3201, COMNAVSECWAR, 2000 Trident Way, San Diego CA 92115. 5652.204-9000 Individual Authorized to Sign (2003) (a) Proposals shall be signed by an authorized individual. The offeror hereby represents that the individual designated below is authorized to bind the corporation, partnership, individual or educational institution. Evidence of authorization shall be provided by the offeror in accordance with the applicable instructions below. If the offeror is a joint venture, each participant in the joint venture shall submit a separate representation. (1) CORPORATIONS: The signatory must be an official or person otherwise authorized to bind the corporation. A Corporate representation as shown below, shall be executed in accordance with the instructions, or other evidence must be furnished which satisfactorily shows that the person signing the proposal is empowered to bind the corporation. Corporations may establish the authority of its agents by furnishing a power of attorney with the offer, a corporate resolution, or by causing the following representation to be executed under its corporate seal, provided that the same officer shall not execute both the contract and the representation. I, _____________________________, represent that I am the ________________________ of the firm named as the offeror herein; that ________________________ signed this contractual instrument on behalf of the corporation and is __________________________ of said corporation; that said contractual instrument was duly signed for and in behalf of said corporation by authority of its governing body; and is within the scope of its corporate powers. AFFIX CORPORATE SEAL (Note: If a corporation does not have a seal or the offer is being submitted electronically, the offeror may print the word "SEAL".) ___________________________ (Signature) (2) PARTNERSHIPS: Partnerships shall establish their authority and the authority of their agents by completing the following representation, provided that it is executed by a partner other than the person signing the contractual instrument. I, _____________________________, represent that I am a partner of the firm of ___________________ consisting of the following partners _____________________________________________________; that ______________ signed this contractual instrument on behalf of said firm and is __________________________ of said firm; that said contractual instrument was duly signed for and in behalf of said firm by authority of partnership; and is within the scope of its corporate powers. __________________________ (Signature) (3) INDIVIDUALS: The signatory must be the owner and the contractual instrument shall be signed as such unless an agent's authority has been established through a power of attorney. Individuals submitting contractual instruments under an agent's signature must furnish a power of attorney to establish the agent's authority. (4) EDUCATIONAL INSTITUTIONS: The signatory must be an official or person otherwise authorized to bind the educational institution. A representation as shown below, shall be executed in accordance with the instructions, or other evidence must be furnished which satisfactorily shows that the person signing the proposal is empowered to bind the educational institution. Educational institutions may establish authority of their agents by furnishing with their offeror a power of attorney, a corporate resolution or by causing the following representation to be executed, provided that the same individual shall not execute both the contract and the representation. I, _____________________________, represent that I am the ________________________ of the educational institution named as the offeror herein; that ________________________ signed this contractual instrument on behalf of the educational institution and is __________________________ of said educational institution; that said contractual instrument was duly signed for and in behalf of said educational institution by authority of its governing body; and is within the scope of its corporate powers. ___________________________ (Signature) (a) Once a power of attorney or corporate resolution has been submitted to establish the authority of its agents, provide reference to the Procurement Instrument Identification Number with which it was submitted by including the following statement in lieu of furnishing an additional copy: "Evidence to establish the authority of the agent signing this document was submitted with Document Number _________________." 5652.209-9003 Use of Contractor Support/Advisory Personnel as Contract Specialists (2006) The contractor's attention is directed to the fact that contractor personnel may assist the Government in a contract administrator role for administration of this contract. Execution of this contract constitutes approval to release the contract and contractor's proposal to Government Support Contractors who have signed Non-Disclosure and Rules of Conduct/Conflict of Interest Statements. 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (2000) All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Carolyn Giles, NAVSPECWARCOM, 2000 Trident Way, San Diego CA 92115 The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Aug 2012), applies to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-50, Combating Trafficking in Persons (FEB 2009), 52.233-3, Protest After Award (AUG 1996), 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items;52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995), 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Feb 2012), 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010), 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012), 52.219-6, Notice of Total Small Business Aside (Nov 2011), 52.219-8, Utilization of Small Business Concerns (Jan 2011), 52.219-14, Limitations on Subcontracting (Nov 2011), 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012), 52.222-3, Convict Labor (June 2003) (E.O. 11755), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010), (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b), 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011), 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003). The provision at 252.212-7000 Offeror Representations and Certifications--Commercial Items (Jun 2005) applies to this acquisition. The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2012) applies to this acquisition. (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components; 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207), (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011), 252.225-7001, Buy American Act and Balance of Payments Program (OCT 2011), 252.225-7008, Restriction on Acquisition of Specialty Metals (JUL 2009), 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program (MAY 2012), 252.227-7015, Technical Data-Commercial Items (DEC 2011), 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008), 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410), 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) Databases in order to receive an award. You can register with CCR at (888) 227-2423 or through the CCR website at http://www.ccr.gov, and ORCA at https://orca.bpn.gov/ Contact Carolyn Giles, Contract Specialist, telephone (619)537-3293, fax (619)522-7586 or email: carolyn.giles@navsoc.socom.mil regarding any questions about this solicitation. The alternate contact is Elizabeth Lewis, Contracting Officer, telephone (619-537-3201 or email:elizabeth.lewis@navsoc.socom.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/870cae84958e0c286df0662729754e2c)
- Place of Performance
- Address: 2000 Trident Way, San Diego, California, 92155, United States
- Zip Code: 92155
- Zip Code: 92155
- Record
- SN02872195-W 20120909/120908000041-870cae84958e0c286df0662729754e2c (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 |