SOLICITATION NOTICE
78 -- ACRT Fitness Equipment
- Notice Date
- 3/20/2018
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 6130 Edwards St, Fort Sill, OK 73503
- ZIP Code
- 73503
- Solicitation Number
- SILL434KJR0009
- Response Due
- 4/6/2018
- Archive Date
- 10/3/2018
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- 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 SILL434KJR0009 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 339920 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-04-06 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Sill, OK 73503 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: All twenty (20) weight plates shall be of the same make and model and have similar characteristics to Rouge bumper plates 10 lbs: 1. Shall be made in the USA from recycled vulcanized crumb rubber 2. Shall have a diameter of 17.5 3. Shall have a durometer of 75 4. Shall have a 2" stainless steel insert. 5. Shall have an inset collar design 6. Shall have a weight tolerance of +/- 0.5LB 7. Shall weigh 10 lbs. each, 20, EA; LI 002: All twenty (20) weight plates shall be of the same make and model and have similar characteristics to Rouge bumper plates 15 lbs: 1. Shall be made in the USA from recycled vulcanized crumb rubber 2. Shall have a diameter of 17.5 3. Shall have a durometer of 75 4. Shall have a 2" stainless steel insert. 5. Shall have an inset collar design 6. Shall have a weight tolerance of +/- 0.5LB 7. Shall weigh 15 lbs. each, 20, EA; LI 003: All twenty (20) weight plates shall be of the same make and model and have similar characteristics to Rouge bumper plates 25 lbs: 1. Shall be made in the USA from recycled vulcanized crumb rubber 2. Shall have a diameter of 17.5 3. Shall have a durometer of 75 4. Shall have a 2" stainless steel insert. 5. Shall have an inset collar design 6. Shall have a weight tolerance of +/- 0.5LB 7. Shall weigh 25 lbs. each, 20, EA; LI 004: All twenty (20) weight plates shall be of the same make and model and have similar characteristics to Rouge bumper plates 35 lbs: 1. Shall be made in the USA from recycled vulcanized crumb rubber 2. Shall have a diameter of 17.5 3. Shall have a durometer of 75 4. Shall have a 2" stainless steel insert. 5. Shall have an inset collar design 6. Shall have a weight tolerance of +/- 0.5LB 7. Shall weigh 35 lbs. each, 20, EA; LI 005: All twenty (20) weight plates shall be of the same make and model and have similar characteristics to Rouge bumper plates 45 lbs: 1. Shall be made in the USA from recycled vulcanized crumb rubber 2. Shall have a diameter of 17.5 3. Shall have a durometer of 75 4. Shall have a 2" stainless steel insert. 5. Shall have an inset collar design 6. Shall have a weight tolerance of +/- 0.5LB 7. Shall weigh 45 lbs. each, 20, EA; LI 006: All ten (10) hexagon trap bars shall be of the same make and model and have similar characteristics to Rouge TB-1 Trap Bar 2.0.: 1. Shall have be made in the USA of steel and have a matte black powder coat finish 2. Shall have a weight of between 55-65 lbs. 3. Shall have a length of between 85-89 4. Shall have a width of between 27-29 5. Shall have a height of 3 6. Shall have a handle diameter of 1.34 7. Shall have a sleeve diameter of 1.91 8. Shall have knurled handles with a 16 loadable sleeve space, 10, EA; LI 007: All twenty (20) bar bell collars shall be of the same make and model and have similar characteristics to CAP Barbell 2 inch Olympic Spring Collars: 1. Shall be stainless steel 2. Shall fit a 2 bar 3. Shall hard rubber or plastic grip handles, 20, EA; LI 008: All ten (10) drag sleds shall be of the same make and model and have similar characteristics to Master Blaster Ruck Pack Sled -XL 1. Shall be made in the USA and made of nylon 2. Shall be capable of handling between 200-275 lbs. 3. Shall weigh no more than 4 lbs. 4. Shall have a length of 23 5. Shall have a width of 20 , 10, EA; LI 009: All ten (10) medicine balls will be of the same make and model and have similar characteristics to Sports Research Performance Medicine Ball: 1. Shall be inflatable 2. Shall be made from hard rubber 3. Shall be non-malleable 4. Shall have a textured grip surface 5. Shall weigh 10 lbs., 10, EA; LI 010: All twenty (20) kettle bells shall be of the same make and model and have similar characteristics to Amazon Basics Enamel Kettlebell: 1. Shall be seamless and 40 lbs. in weight 2. Shall have a cast in slip free textured handle, 20, EA; LI 011: All ten (10) squat stand with pull up bar shall be of the same make and model and have similar characteristics to American Barbell Powerhouse Pull-up Squat Stand: 1. Shall be made in the USA of 3 X3 11 gauge steel tube 2. Shall have the following dimensions: length: 34 x Width: 48 x Height: 89 3. Shall have twelve (12) memory recall. 4. Shall have an sandwich style J hooks, 10, EA; LI 012: All ten (10) measuring tapes shall be of the same make and model and have similar characteristics to American Barbell Powerhouse Pull-up Squat Stand: 1. Shall have vinyl covered fiberglass tapes 2. Shall be a 100 and 30 meter fiberglass tape measure with easy to read INCH and METRIC graduation 3. Shall have measuring tape that is moisture resistant 4. Shall have a steel reinforced folding handle, 10, EA; LI 013: All twelve (12) stopwatches shall be of the same make and model and have similar characteristics to Champion Sport Precision Stop Watches: 1. Shall be water resistant 2. Shall be shock resistant 3. Shall be count up to 24 hours. 4. Shall have timing to 1/100th sec for the first 30 minutes and then in 1 second intervals 5. Shall have start, stop, (time out) resume or reset function and cumulative split time function 6. Shall have a time of day function, 12, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions Commercial Items. 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, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an all-or-nothing basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf "AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures." "52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report" Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law. Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E. This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. Please address your questions through the FedBid buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/218d9c77066abe1ee55ab2c485fc4339)
- Place of Performance
- Address: Fort Sill, OK 73503
- Zip Code: 73503
- Zip Code: 73503
- Record
- SN04861300-W 20180322/180320231818-218d9c77066abe1ee55ab2c485fc4339 (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 |