Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2012 FBO #3959
SOLICITATION NOTICE

78 -- Fitness Equipment - Quantities and Minimum Requirements

Notice Date
9/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219, United States
 
ZIP Code
22219
 
Solicitation Number
10692M6578
 
Archive Date
9/26/2012
 
Point of Contact
Anil N. Nayak, Phone: 703-875-6843, Vincent J Sanchez, Phone: 703-875-6629
 
E-Mail Address
nayakan@state.gov, SanchezVJ@state.gov
(nayakan@state.gov, SanchezVJ@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Quantities and Minimum Requirements 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. The solicitation number is 10692M6578 and is issued as a Request For Quote, unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 339920 with a small business size standard of 500 employees. This requirement is total small business restricted and only qualified offerors may submit quotes. THIS IS AN ALL OR NOTHING BID. PARTIAL OR INCOMPLETE OFFERS WILL NOT BE ACCEPTED OR CONSIDERED. The Department of State requires the following items, Brand Name or Equal, to the following: 10LB Rogue Hi-Temp Bumper (Pair) 15LB Rogue Hi-Temp Bumper (Pair) 25LB Rogue Hi-Temp Bumper (Pair) 35LB Rogue Hi-Temp Bumper (Pair) 45LB Rogue Hi-Temp Bumper (Pair) 15KG Women's Rogue Bar (Bella Bar) 20KG Rogue Weighlifting Bar (Rogue Bar) Spring Collars (Set of 10) Rogue Wood Rings 20LB D-Ball (Medicine Ball) 25LB D-Ball (Medicine Ball) Rogue 9 Bar Holder Rogue Landmine Landmine Double Set Rogue 3-Tier Storage System MB-1 Multi Grip Bar Rogue Flat Bench Rogue Adjustable Bench Rogue Abram GHD Upholstered Pad Rogue Matador Dip Bar 18" Rogue Steel PlyoBox 30" Rogue Steel PlyoBox 36" Rogue Steel PlyoBox Rogue R6 Power Rack Landmine Handle (Straight) Landmine Handle (Angled) Large Rumble Roller (Blue) Large Rumble Roller (Black) Vertical Plate Tree w/ Wheels VooDoo Floss Band (7' Pair) York 65LB Dumbbell (Single) York 70LB Dumbbell (Single) York 75LB Dumbbell (Single) York 80LB Dumbbell (Single) York 85LB Dumbbell (Single) York 90LB Dumbbell (Single) York 95LB Dumbbell (Single) York 100LB Dumbbell (Single) York 105LB Dumbbell (Single) York 110LB Dumbbell (Single) York 115LB Dumbbell (Single) York 120LB Dumbbell (Single) York 125LB Dumbbell (Single) York Legacy 2.5 lb Precision Milled Cast Iron Olympic Plate York Legacy 5 lb Precision Milled Cast Iron Olympic Plate York Legacy 10 lb Precision Milled Cast Iron Olympic Plate York Legacy 25 lb Precision Milled Cast Iron Olympic Plate York Legacy 35 lb Precision Milled Cast Iron Olympic Plate York Legacy 45 lb Precision Milled Cast Iron Olympic Plate Pack of rubber tiles (16 per pack) **PLEASE SEE THE ATTACHED EXCEL DOCUMENT FOR QUANTITIES OF THE ABOVE ITEMS AND MINIMUM REQUIREMENTS FOR "EQUAL" PRODUCTS** Statement of Work: Awardee will delivery and install the above items anytime between late February and early May, which will be dependent on the end user's need. Awardee is expected to maintain contact with end user regarding delivery and installation. Please include in offering quote all storage, delivery and installation fees that are applicable. All unit rates should include all related costs including shipping to Fort Lee, NJ 07024. FAR 52.211-6: To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation. Clearly identify the item by brand name, if any, and make or model number. Include descriptive literature such as illustrations, drawings or a clear reference to previously furnished descriptive data or information available to the Contracting Officer. Clearly describe any modifications the offeror plans to make in the product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. FAR 52.212-2 Evaluation--Commercial Items: An evaluation will be conducted based on best value, where delivery schedule offered, technical compliance as defined by staying as close to the listed specifications as identified, and past performance are more important than price. ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** In addition to providing pricing for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) no later than the closing date and time for this solicitation. Anyone other than the manufacturer, offering a name-brand manufactured product, must provide proof (letter from manufacturer or URL to manufacturer's specific web page confirming authorization as a reseller) that they are an authorized distributor. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. All Quotes must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer's warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this quote from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer's current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The following FAR clauses of FAR clause 52.217, Multiyear Contracts, will apply: 52.217-1, 52.217-2, 52.217-3, 52.217-4, 52.217-5, 52.217-6, 52.217-7, 52.217-8, 52.217-9. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/10692M6578/listing.html)
 
Place of Performance
Address: Fort Lee, New Jersey, 07024, United States
Zip Code: 07024
 
Record
SN02897075-W 20120926/120925004741-3eac2dd4c134545ccffc252c5ede5743 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.