SOLICITATION NOTICE
78 -- GYM EQUIPMENT
- Notice Date
- 6/26/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339920
— Sporting and Athletic Goods Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Colorado, Attn: Mail Stop 53, 660 South Aspen Street, Building 1005, Aurora, Colorado, 80011-9511
- ZIP Code
- 80011-9511
- Solicitation Number
- W912LC-09-T-0033
- Archive Date
- 7/25/2009
- Point of Contact
- Sandra Miranda, Phone: 7208478678
- E-Mail Address
-
sandra.miranda@us.army.mil
(sandra.miranda@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THAT ONLY SOLICITATION. PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The COANG, CO requires the following items, Brand Name(LIFE FITNESS) or Equal, to the following at a firm fixed price: ************************************************************************************************** 0001: SADB ADJUST DECLINE BENCH PLATINUM FRAME/BLK UPHOLSTRY-1 QTY 0002: SBWBE SIGN BODY WT BACK EXT PLATINUM FRAME/BLK UPHOLSTRY-1 QTY 0003: PSPDSE PRO2 SE LAT PULLDOWN PLATINUM FRAME/BLK UPHOLSTRY-1 QTY 0004: PSSPSE PRO2 SE SHOULDER PRESS PLATINUM FRAME/BLK UPHOLSTRY-1 QTY 0005: PSRWSE PRO2 SE SEATED ROW PLATINUM FRAME/BLK UPHOLSTRY-1 QTY 0006: PSTESE PRO2 SE TRICEPS EXTENSION PLATINUM FRAME/BLK UPHOLSTRY-1 QTY 0007: PSBCSE PRO2 SE BICEPS CURL PLATINUM FRAME/BLK UPHOLSTRY-1 QTY 0008: PSLESE PRO2 LEG EXTENSION PLATINUM FRAME/BLK UPHOLSTRY-1 QTY 0009: PSSLPSE PRO2 SE SEATED LEG PRESS PLATINUM FRAME/BLK UPHOLSTRY-1 QTY 00010: PSFLYSE PRO2 SE PECT FLY/REAR D PLATINUM FRAME/BLK UPHOLSTRY-1 QTY 00011: PSLRSE PRO2 SE LATERAL RAISE PLATINUM FRAME/BL UPHOLSTRY-1 QTY 00012: HDADJ HD ADJUST BENCH PLATINUM FRAME/BLK UPHOLSTRY-1 QTY 00013: HDPR8 8 FOOT POWER RACK-1 QTY 00014: YES SPOTTER PLATFORM-1 QTY 00015: SPECIAL SIDE BAR PULL UP HANDLE-1 QTY 00016: FWDR2 HAMMER DUMBBELL RACK DOUBLE TIER/PLATINUM FRAME-1 QTY 00017: FWDR1 HAMMER DUMBELL RACK SINGLE TIER/PLATINUM FRAME-1 QTY 00018: IGDB55U 55LB DUMBBELL-URETHANE-1 QTY 00019: IGDB65U 60LB DUMBBELL-URETHANE-1 QTY 00020: IGDB65U 65LB DUMBBELL-URETHANE-1 QTY 00021: IGDB70U 70LB DUMBBELL-URETHANE-1 QTY 00022: IGDB75U 75LB DUMBBELL-URETHANE-1 QTY 00023: IGBAR7 IRON GRIP 7” OLYMPIC BAR-1 QTY 00024: PSSLCSE PRO2 SEATED LEG CURL PLATINUM FRAME/BLK UPHOLSTRY-1 QTY 00025: FWDWT HAMMER DELUXE WT. TREE PLATINUM FRAME-2 QTY 00026: HDRBS HEAVY DUTY REVERSE BAR BLACK-1 QTY 00027: HEAVY DUTY TECHNIQUE TRAY FRAME FEATURE BLACK-1 QTY 00028: HDDIP HEAVY DUTY DIP HANDLE BLK-1 QTY 00029: HDRDIP HEAVY DUTY REV DIP BLK-1 QTY 00030: OHDAC OLYMPIC HEAVY DUTY ACC. -1 QTY 00031: 95LE SUMMIT W/INTEGRATED LCD-HR-1 QTY 00032: SHIPPING AND INSTALL CHARGES-ALL PRODUCT **************************************************** Shipping is FOB Destination CONUS (Continental U.S.). Standard delivery terms are 30 days after receipt of order. Quoted delivery dates in excess of 30 days may be considered. New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. The associated North American Industrial Classification System (NAICS) code for this procurement is 339920 with a small business size standard of 500 employees. The contractor must be an authorized dealer of the specified equipment to ensure warranty and maintenance support. ******************************************************************* This solicitation document incorporates provisions and clauses which are in effect through the most current Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the website www.arnet.gov/far 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. 252.225-7000 Buy American Act Certificate 252.203-7002 Requirement to inform employees of whistle blower rights Jan 2009 52.212-1.1 Instructions to offers Commercial items 52.212-2 Evaluation-Commercial Items. 52.211-6 Brand Name or Equal. 52.212-3 Offeror Representations and Certifications-Commercial Items. 52.212-4 Contract Terms and Conditions-Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items for this solicitation are as follows:52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). *The Buy American Act is waived for an end product that is a COTS item (See 12.505(a)(1)). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (CCR) (Oct 2003) (31 U.S.C. 3332). CCR Information can be found at http://www.ccr.gov ************************************************************************* All Responsible Small Business sources May Submit a Quotation For Consideration no later than July 10, 2009 by 10am, MST to: COLORADO ARMY NATIONAL GUARD CONTRACTING OFFICE 660 S. ASPEN BLDG 1005 ATTN: SPC MIRANDA BUCKLEY AIR FORCE BASE, AURORA, CO 80012 Any and all questions submit to sandra.miranda@us.army.mil The Government will award a purchase order 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. Offers shall include 52.212-3 Representations and Certifications, Which may be submitted from the website: http://orca.bpn.gov All offers must be signed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA05/W912LC-09-T-0033/listing.html)
- Place of Performance
- Address: 517 AIRPORT ROAD, GYPSUM, Colorado, 81637, United States
- Zip Code: 81637
- Zip Code: 81637
- Record
- SN01858987-W 20090628/090627001933-d97104db9726af5c0900360157aefc1b (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 |