Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2016 FBO #5392
MODIFICATION

78 -- FITNESS EQUIPMENT

Notice Date
8/26/2016
 
Notice Type
Modification/Amendment
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 101 MSG/MSC, MAINE ANG, 105 Maineiac Avenue, Suite 510, BANGOR, Maine, 04401-3055, United States
 
ZIP Code
04401-3055
 
Solicitation Number
W912JD-16-Q-2036
 
Archive Date
9/22/2016
 
Point of Contact
Jason M. Edwards, Phone: 207-404-7107, Bradford Erdmann, Phone: 2074047353
 
E-Mail Address
jason.m.edwards1.mil@mail.mil, bradford.c.erdmann.mil@mail.mil
(jason.m.edwards1.mil@mail.mil, bradford.c.erdmann.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/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; offers are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is W912JD-16-Q-2036 and issued as Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-89 and DFARS Change Notice (DCN) 20160811. The North American Industry Classification System is 339920. The small business size standard for this procurement is 750 employees. This requirement is a total small business set aside. SUBMISSION AND EVALUATION OF PROPOSALS: To assure timely and equitable evaluation of the proposal, offerors shall follow the instructions contained herein. Offers shall be submitted as a single electronic package to the Primary Point of Contact email address no later than the date and time identified within this notice. The offer must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The responses shall consist of four (4) separate parts: Bid Schedule, Delivery Schedule, Technical Information and FAR 52.212-3 Alt I -- Offeror Representations and Certifications -- Commercial Items. Offers shall be evaluated using Lowest Prices Technically Acceptable criteria in accordance with FAR 15.101-2 and 52.212-2. BID SCHEDULE OF SUPPLIES: • CLIN0001: Commercial Stair Climber o Dimensions: 56"L X 33"W X 83"H o 21" W X 10"D step. o 25 resistance levels o At a minimum a 350lb max user weight. o Shall have a 3.5mm headphone jack o Welded steel frame with front roller lift wheels and rear levelers o Color: Arctic Silver, Diamond White, Black Onyx or Titanium Storm o Console:  Shall have Bluetooth® compatibility, allowing users to track workouts (and giving facilities detailed product usage information).  10" touch screen  Compatible with Android TM, iPhone®, iPad® and iPod® LifeFitness Elevation Series 95PXP Powermill Stair Climber or Equal QTY: 2 EA • CLIN0002: Commercial Treadmill o Dimensions: maximum overall width 38" o Warranty: minimum Frame, 2 years; Shock Absorbers, 2 years; Motor, 2 years; Mechanical Components, 1 year o At a minimum a 350lb max user weight. o Shall have a 3.5mm headphone jack o Running surface length shall be a minimum of 60 inches o Running surface width shall be a minimum of 22 inches o Power: dedicated 120 volts/20 amp circuit o Min/Max Speed: 0.5 mph/16 mph o Compatible with Apple TM and Android TM products o Minimum of a 10" integrated LCD touch screen. o Shall have walk, jog, run capability o Minimum 4 HP Motor o Bluetooth® compatibility o Multiple fitness programs o Color: Arctic Silver, Diamond White, Black Onyx or Titanium Storm LifeFitness Discover Series 95TI or Equal QTY: 4 EA • CLIN0003: Commercial Elliptical Cross-Trainer. o Minimum of 10" integrated LCD touch screen. o Warranty: minimum, 2 years o Dimensions: maximum overall 89"L X 32"W o 26 resistance levels. o 400 lb max user weight. o Minimum stride length 18" stride length. o Compatible with Apple TM and Android TM products o Shall have a 3.5mm headphone jack o Bluetooth® compatibility o Cordless self-generating LifeFitness 95XI Elliptical Cross Trainer or Equal QTY: 4 EA • CLIN0004: Commercial Classic Pro Skier. o Adjustable independent resistance controls. o 93"L X 23.5"W X 60"H. o 7 Resistance levels o Shall have adjustable elevation. o LED display capable of showing time, distance, calories burned and pulse. o Maximum weight capacity: 250 lbs NordicTrack Classic Pro Skier, Model # NTXC8018 or Equal QTY: 1 EA BRAND NAME (FAR 52.211-6) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. DELIVERY SCHEDULE: 30 days - ARO F.o.b. - Destination. If Offeror is not able to meet this scheduled, the Offeror shall propose an alternative delivery schedule the Offeror can meet. Shipment shall be to the following address: Mark For DoDAAC - F7QFSS MAINE AIR NATIONAL GUARD 101 ARW/FSS KENNETH BREZOVSKY 102 ASHLEY STREET, SUITE 417 BANGOR ME 04401 MULTIPLE AWARDS: The Government reserves the right to place awards to multiple venders. Multiple awards may result from this RFQ if no one vendor is able to meet the Government's delivery schedule. PROVISIONS/CLAUSES: All FAR clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil. The following listed FAR clauses apply to this solicitation and are hereby incorporated: CLAUSES INCORPORATED BY REFERENCE FAR 52.212-1, Instruction to Offerors Commercial Items. The following addendum is provided to this provision: Quotations submitted shall contain - SOLICITATION NUMBER; COMPANY NAME; ADDRESS; COMPANY POINT OF CONTACT NAME; COMPANY E-MAIL ADDRESS; COMPANY TELEPHONE NUMBER; PROPOSED DELIVERY SCHEDULE; TERMS OF THE EXPRESSED WARRANTY; PRICE; ANY PAYMENT DISCOUNT TERMS AND; ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS, IF ANY. FAR 52.209-6, Protection the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6, Brand Name or Equal; 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 [IAW FAR 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alt I; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-26 Equal Opportunity (E.O. 11246); FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759); d)(2) and (3)); FAR 52.252-2, Clauses Incorporated by Reference DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights, DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive [IAW DFARS 252.212-7001 the following clauses are hereby incorporated by reference: FAR 52.203-3, Gratuities; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7021, Trade Agreements; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions. CLAUSES IN FULL TEXT FAR 52.212-2 -- Evaluation -- Commercial Items. (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. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement (ii) Price; (iii) Delivery schedule. (b) Options. 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 offeror'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. (End of Provision) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (FEB 2009) ALTERNATE I (APR 2002) Offeror's shall ensure their online representations and certifications are complete in their SAM.gov registration. • All firms shall be registered in the System for Acquisition Management database @ www.SAM.gov prior to award. • All quotes shall be sent to MSgt Jason Edwards: e-mail jason.m.edwards1.mil@mail.mil. Reference W912JD-16-Q-2036, MEANG FITNESS EQUIPMENT in the Subject Line. • Quotes shall be received no later than 1:30 PM EST, Wednesday, September 7, 2016. Quotes received after the specified time will be considered non-responsive and will not be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA17-1/W912JD-16-Q-2036/listing.html)
 
Place of Performance
Address: MAINE AIR NATIONAL GUARD, 101 ARW/FSS, 102 ASHLEY STREET, SUITE 417, Bangor, Maine, 04401, United States
Zip Code: 04401
 
Record
SN04243460-W 20160828/160826235159-25193d91ace0ae20d9669e7b1af734af (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.