Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2009 FBO #2697
SOLICITATION NOTICE

78 -- Brand Name or Equal- Exercise Equipment

Notice Date
4/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
451110 — Sporting Goods Stores
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Aberdeen, RDECOM Acquisition Center - Aberdeen, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB09T0080
 
Response Due
4/21/2009
 
Archive Date
6/20/2009
 
Point of Contact
lisa.yamakawa, 410-278-6129<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared under the authority of FAR 13.5, Test Program for Certain Commercial Items and in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The combined synopsis/solicitation number is W91CRB09T0080. This requirement is in support of the Asymmetric Warfare Group Resource Operations Center (AWG-ROC), Ft. Meade, MD 20755. The requirement is for the procurement, delivery and professional installation of, brand name or equal: one (1) Life Fitness Elliptical Cross Trainer Model: 95X Engage, and one (1) Life Fitness Elliptical Cross Trainer Model: 95X Inspire, that meet or exceed the salient characteristics outlined below. The Elliptical Cross Trainers shall provide Heart Rate Monitoring, (both Polar Telemetry and Digital heart Rate Monitoring), quick start button, classic Workout settings (manual, Random, Hill),Heart Rate + workouts (cardio, fat Burn, heart rate Hill, heart rate Interval, extreme Heart Rate) Hill+ Workouts (around the world, Cascades, Foothills, Kilimanjaro), Advanced Workouts (Fit Test: Navy PRT, Fit Test, Create your own workouts, Cross-trainer Aerobics, Cross-Trainer Reverse), Goal Workouts (Time, calories, Distance, Distance Climbed, Time in Zone, Pace Modes: Cross-Trainer aerobics, Cross-trainer Reverse, Customized Cool Down), 20-inch stride length, Integrated Reading Rack, support Handlebars, Oversized Non-slip Pedals, On-the-fly Programming, resistance levels up to 26(for 95X Engage) or up to 25 (for 95X Inspire), at-your-fingertips resistance controls located on moving handlebars, removable cup holders, Max user weight 400 lbs, Power 115 volt, self-power, Auto Start, 2 year warranty mechanical and electrical, 15-inch integrated LCD Screen for Engage, and 7-inch Integrated LCD Screen for Inspire Display Readout workout Feedback (Speed, Resistance Levels, Heart Rate, Pace, Elapsed Time, Time Remaining, Time in Zone, Time of day, Distance, Distance Climbed, Distance Remaining, Calories, calories per Hour, Watts, METs, Custom Messaging, Profile Display. The technical proposal shall contain adequate information so that the Government can determine whether the proposed products meet or exceed all of the minimum salient characteristics for the Life Fitness Elliptical Cross Trainer Model: 95X Engage and the Life Fitness Elliptical Cross Trainer Model: 95X Inspire, or equal, and in accordance with the the FAR clause 52.211-6, Brand Name or Equal. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, offerors shall furnish as part of their proposal all descriptive material such as cuts, illustrations, drawings, or other information necessary for the Government to determine whether the proposed product meets the performance characteristics and specifications of the requirement. NOTE: TO BE CONSIDERED FOR AWARD, THE OFFEROR SHALL clearly identify the item by brand name, if any; make or model number; descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and provide an offer that provides all the information required by the BRAND NAME OR EQUAL CLAUSE CONTAINED IN THE RFP as well as the other proposal requirements contained in the RFP. If the offeror proposes to modify an off-the-shelf product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. The Government intends to award a firm, fixed price-type contract to the lowest priced, technically acceptable offeror. Offerors are requested to provide FOB Destination, firm-fixed pricing (FFP) with a delivery schedule no later than fourteen (14) days after contract award (ADC). The provision at 52.211-6, Brand Name or Equal applies to this acquisition. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at FAR 52.212-3(Alt.I) applies to this acquisition; an offeror shall complete only paragraph (j) of 52.212-3 if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision and provide it with offers. The provision at DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, a completed copy must be provided with offers; the certification in paragraph (b) of the provision at 252.212-7000 does not apply to this solicitation. 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Additional FAR clauses cited in this clause are applicable: (16) 52.219-28, Post Award Small Business Program Rerepresentation; (17) 52.222-3, Convict Labor; (18) 52.222-19, Child Labor--Cooperation with Authorities and Remedies;(19) 52.222-21, Prohibition of Segregated Facilities; (20) 52.222-26, Equal Opportunity; (21) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (22) 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (24) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; (33) 52.225-13, Restrictions on Certain Foreign Purchases; (38) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. The clause at DFARS 252.212-7001 applies to this acquisition. Additional clauses cited in this clause are applicable: (1) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; (18) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. Additional clauses that apply to this acquisition: AMCAC 52.0204-4001, Identification of Ozone Depleting Substances; AMCAC 52.0204-4002, Class I Ozone Depleting Substances. The full text of the FAR and DFARS references may be accessed electronically at this address: http://farsite.hill.af.mil. Responses to this RFQ must be signed, dated, and received by TUESDAY, 21 April 2009, no later than 10:00 AM EST at the US Army RDECOM Acquisition Center, Aberdeen Proving Ground, MD 21005-3013. Responses to this RFQ shall be faxed to (410)306-3920, or emailed to lisa.j.yamakawa@us.army.mil. *NOTE : DISCLOSURE OF UNIT PRICE INFORMATION - This constitutes notification pursuant to Executive Order 12600, Pre-Disclosure Notification Procedures for Confidential Commercial Information (June 23, 1987), of our intention to release unit prices in response to a request under the Freedom of Information Act, 5 USC 552. Unit price is defined as the contract price per unit or item purchased and that data is located at Section B, in the CLIN unit pricing information. THE GOVERNMENT CONSIDERS ALL OBJECTION TO BE WAIVED UNLESS THE CONTRACTING OFFICER IS NOTIFIED (IN WRITING WITH A STATEMENT OF ALL GROUNDS UPON WHICH DISCLOSURE IS OPPOSED) OF YOUR OBJECTION TO SUCH RELEASE PRIOR TO SOLICITATION CLOSING DATE. For questions concerning this solicitation contact Lisa J. Yamakawa, Contract Specialist Intern, phone (410) 278-6129, fax(410)306-3920, email to lisa.j.yamakawa@us.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5769c172645d4fba4b16227bdd38fe6d&tab=core&_cview=1)
 
Place of Performance
Address: RDECOM Acquisition Center - Aberdeen ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD<br />
Zip Code: 21005-3013<br />
 
Record
SN01791617-W 20090415/090413220445-5769c172645d4fba4b16227bdd38fe6d (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.