MODIFICATION
99 -- Fitness Equipment
- Notice Date
- 7/21/2010
- Notice Type
- Modification/Amendment
- NAICS
- 423910
— Sporting and Recreational Goods and Supplies Merchant Wholesalers
- Contracting Office
- Other Defense Agencies, Defense Commissary Agency, Contracting Business Unit Support Services/Supply and Revenue Branch (HDEC05), 1300 E Avenue, Building P-11200, Fort Lee, Virginia, 23801-1800
- ZIP Code
- 23801-1800
- Solicitation Number
- HDEC05-10-T-0111
- Archive Date
- 8/15/2010
- Point of Contact
- Peggie Lowery, Phone: (804) 734-8000, X-86181, Michael L Shaffer, Phone: 804-734-8000 x48681
- E-Mail Address
-
peggie.lowery@deca.mil, michael.shaffer@deca.mil
(peggie.lowery@deca.mil, michael.shaffer@deca.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation Notice - Fitness Equipment Amendment 0003 to : Solicitation No.: HDEC05-10-T-0111 Response Date: July 26, 2010 POC: Peggie Lowery Fax: 804-734-8669 Phone: 804-734-8000x86181 Place of Performance: 1300 E Ave, Fort Lee, VA 23801-1800 SB Set-aside Classification Code: 99 FSC Code: 78 NAICS Code: 423910 SIC Code: 5091 Size Standard: 500 Employees Description: Fitness Equipment This Amendment makes the following changes : Response Date : Changed to read "July 26, 2010" Solicitation changed to SB Set-aside Paragraph B : Changed to read "RECEIPT OF OFFERS HAS BEEN EXTENDED TO JULY 26, 2010 by 4PM EASTERN TIME." Paragraph E: The following has been deleted from this solicitation: Abdominal Machine Pullover Machine Rear Delt Pec/Fly Machine Vertical Chest Machine Ventral Tricep Extension Cross Trainer Flexibility Systems Installation costs The following fitness equipment has been updated/changed to include FOB Destination, Installation, and Set-up: 0001 - Adduction/Abduction Machine (Brand Name: Nautilus Nitro Plus) Delivery and set-up date: September 15, 2010 Provide an effective workout for the outer hip and/or inner thigh. Movement arm easily adjusts for different starting positions Adjustable back pad provides four positions of inclination, offering desirable torso positioning for optimum muscle recruitment for each movement. Provide direct work for two opposing muscle groups, maximizing space your facility. Individual strength profiles that accommodate both adduction and abduction exercises on one machine. Upholstery Color preference - Gray Cost FOB Destination : $ ______________ 0002 - Seated Leg Curl Machine (Brand Name: Nautilus Nitro Plus) Delivery and set-up date: September 15, 2010 Couple movement arm technology to reduce knee strain and maintain axis alignment. Reclined seat back angle to prevent quadriceps from interfering with full range hamstring contraction. Quick-set led pad for proper positioning for user of all sizes. Heavy padded movement arm roller for user comfort. Cam profile that allows user full contraction in end position. Must provide an excellent hamstring workout in a comfortable position. Upholstery Color preference - Gray Cost FOB Destination: $_____________ 0003 - Leg Extension Machine (Brand Name: Nautilus Nitro Plus) Delivery and set-up date: September 15, 2010 Reclined seat back angle to prevent hamstrings from interfering with full range quadriceps contraction. Quick-set leg pad for proper positioning of all users Heavy padded movement arm roller for user comfort. Cam profile that allows user full contraction in extended position. Should position body to allow maximum range knee extension while maintaining axis alignment. Upholstery Color preference - Gray Cost FOB Destination: $_____________ 0004 - Overhead Press Machine (Brand Name: Nautilus Nitro Plus) Delivery and set-up date: September 15, 2010 Converging, dependent movement arms to provide equal loading and greater range of movement. Linkage drive system to generate correct strength profile Multiple positions, oversized handles distribute load over greater area of hands for increased comfort and user preference. Should provide an easy-entry start position without compromising the user's full range of motion. Upholstery Color preference - Gray Cost FOB Destination: $_____________ 0005 - Preacher Curl Machine (Brand Name: Nautilus Nitro Plus) Delivery and set-up date: September 15, 2010 Adjustable seat positions user quickly for excellent muscle isolation. Optional grip positions for multiple preferences Extra thick elbow pad to add comfort and surface area to accommodate all sizes. Machine should provide direct rotary training of the biceps. Upholstery Color preference - Gray Cost FOB Destination: $_____________ 0006 - Rotary Torso Machine (Brand Name: Nautilus Nitro Plus) Delivery and set-up date: September 15, 2010 Seat to adjust left/right to provide approximately 10 degrees to 80 degrees range of motion. Upper body stabilization and body positioning to provide exercise effectiveness. Easy-read index to allow repeatable work-range adjustments from seated position. Upholstery Color preference - Gray Cost FOB Destination: $_____________ 0007 - Smith Press (Brand Name: Cybex) Delivery and set-up date: September 15, 2010 Open, walk-through design for easy roll through access for benches. 10 to 20 pounds of take-off weight to allow users of all levels the ability to exercise. At least 90 degree path of motion for adaptability to all exercises. 16-24 bar and catch hooks to adjust in four-inch increments or less. Cost FOB Destination: $_____________ 0008 - Adjustable, -10 degree to 80 degree Bench (Brand Name: Cybex) - 2 ea Delivery and set-up date: September 15, 2010 Back pad to have at least six positions from -10 degree to 80 degree. Seat pad to provide three positions from 0 degrees to 20 degrees. To include wheels and a handle for easy moving that doubles as a footrest. Upholstery Color preference - Gray Cost FOB Destination: $_____________ 0009 - Olympic Plates (400 pound set) - 2 ea Delivery and set-up date: September 15, 2010 1. Easy Grip Cost FOB Destination: $_____________ 0010 - 7 Foot Olympic Sized-Bar - 2 ea Delivery and set-up date: September 15, 2010 Cost FOB Destination: $_____________ The following fitness equipment has been added: 0011 - Vertical Olympic Weight Racks - 2 ea Delivery and set-up date: September 15, 2010 1. 26.0 W x 18.0 L x 29.0 H Cost FOB Destination: $_____________ 0012 - Quick Clip Weight Collars - 4 ea Delivery and set-up date: September 15, 2010 Cost FOB Destination: $_____________ THE FOLLOWING SECTIONS HAVE BEEN UPDATED/CHANGED: F) DESCRIPTION OF REQUIREMENTS : Contractor shall provide equipment based on brand name or equal, using the salient characteristics given for each piece of equipment. Delivery must be made by 15 September 2010 but prospective contractor(s) may propose an alternative delivery date. Delivery dates proposed after September 15, 2010 but before September 24, 2010 will be evaluated as having moderate risk of not meeting schedule. Delivery between September 27-29 will be evaluated as high risk of not meeting schedule. Delivery proposed September 30, 2010 or after will be evaluated as extremely high risk and impact the procurement severely. Offers shall propose a daily discount rate for every day the delivery is delayed beyond the dates quoted. Failure to submit adequate discount consideration will be evaluated as a risk. If not providing brand name equipment, offeror must furnish detailed product specification for each piece of equipment. This requirement allows for the possibility of multiple awards. •G) Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Quotes shall contain the following information: RFQ Number (see Paragraph B) Time specified for receipt of quotes (see Paragraph R) Name, address, telephone and fax number of quoter Quoters e-mail address Unit Price, extended price per CLIN item and total price (in the format specified in paragraph E) Discount Terms Quotation shall include a SIGNED STATEMENT specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and acknowledge all amendments to the solicitation (as applicable). PERIOD OF ACCEPTANCE OF OFFERS : The quotation shall state the agreement to hold the prices contained therein firm for 30 calendar days from the date specified for receipt, unless another time period is specified in an addendum or amendment to the Request for Quotation. LATE OFFERS : Request for Quotations or modifications of quotes received at the address specified for the receipt of offers after the exact time specified for receipt MAY NOT be considered. All prospective awardees MUST BE CENTRAL CONTRACTOR REGISTERED (CCR) prior to receiving an award. If your firm has not registered yet, you are highly encouraged to do so NOW. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. H) 52.212-4501 FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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. Award will be made to the best value offerors based on meeting or exceeding salient characteristics, delivery terms, and price. All three factors are approximately equally weighted, when combining salient characteristics and delivery terms, the factors are significantly more important than price. (b) Options (if included in the Schedule). 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 offer'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. I) RESERVED J) Offerors shall provide a complete copy of the provision 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items (Aug 2009)(as applicable) with their quote, which may be completed electronically at http://orca.bpn.gov. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. All FAR & DFARS Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil, http://www.acq.osd.mil/dpap/, or http://acquisition.gov/comp/far/index.html •K) FAR Clauses 52.212-4, Contract Terms and Conditions-Commercial Items apply to this acquisition with the following addendum: Addendum to FAR 52.212-4: If your company can accept credit card payments, please provide the following: Contractor Point of Contact for credit card payments: ___________________________________ Phone Number: ____________________________ Fax Number: _____________________________ Contractor shall submit invoices to the address in Block 18a of the Standard Form (SF) 1449, contract award document. In order to be considered a valid invoice, the following information must be on each invoice: Name and Address of Company Contract/Purchase Order Number Contract Line Item Number (CLIN) for Commissary location Invoice number Date Total Charge CENTRAL CONTRACTOR REGISTRATION (CCR) : Contractor's Central Contractor Registration (CCR) must be active and remain current throughout the term of this contract. www.ccr.gov ELECTRONIC DOCUMENT ACCESS (EDA): This award document and any subsequent modifications will be posted to the Department of Defense Electronic Document Access (EDA) system. Contractors must obtain copies of all contract documents through EDA by registering as a "Vendor" at http://eda.ogden.disa.mil. Assistance in registering in EDA is available online, via e-mail at cscassig@csd.disa.mil or by phoning the EDA Help Desk toll free at 866-618-5988 (801-605-7095). L) The contractor shall perform to the standards and specifications in this contract. M) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition and the following clauses are hereby incorporated by reference: FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.211-6 Brand Name or Equal; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13 Restriction on Certain Foreign Purchases; FAR 52.232-36 Payment by Third Party; FAR 52.233-3; Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items applies to this acquisition and the following clauses are incorporated by reference: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials; DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; DFARS 252.204-7004 ALT A Required Central Contractor Registration; DFARS 252.204-7006 Export-Controlled Items; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.243-7001 Pricing of Contract Modifications;252.247-7023 Transportation of Supplies by Sea; 252.247-7023, ALT III Transportation of Supplies by Sea - Alternate III N) Additional requirements: All Quotes shall be marked with the RFQ NUMBER (shown in paragraph B) and CLOSING DATE (shown in paragraph R). FAR 52.215-5 FACSIMILE PROPOSALS - Facsimile offers WILL BE accepted at fax #: 804-734-8669 (Attention: Peggie Lowery ). However it is highly recommended that fax transmissions be made and confirmed one working day prior to the date specified for receipt of quotes in accordance with FAR Clause 52.212-1(f) "Late Submissions." ADDITIONAL PROVISIONS REFERENCED IN THIS PARAGRAPH MUST BE READ IN FULL TEXT AT http://farsite.hill.af.mil, http://www.acq.osd.mil/dpap/, or http://acquisition.gov/comp/far/index.html DFARS 252.201-7000 Contracting Officer's Representative; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; FAR 52.207-4 Economic Purchased Quantity - Supplies; FAR 52.212-3 ALT 1 Offeror Representations and Certifications-Commercial Items with Alternate 1; 52.225-18 Place of Manufacture 52.217-4500 OPTION TO EXTEND CONTRACT DELIVERY; 52.217-4501 OPTION TO EXTEND THE TERMS OF THE CONTRACT (FAR 52.217-9) 52.204-4500 INSTALLATION ACCESS REQUIREMENTS (DEC 2001) The contractor is responsible for ensuring compliance with installation access procedures for both personnel and vehicles. 52.228-4500 LIABILITY TO THIRD PERSONS (APR 1997) The contractor shall be responsible for and hold the Government harmless from all claims on the part of persons not a party to this contract for personal injury, death, and property loss or damage caused in whole or in part by the fault or negligence of the contractor, his officers, agents, or employees in the performance of work under this contract. 52.228-4501 VEHICLE OPERATION AND INSURANCE (DEC 2001) a. All private-owned and Contractor-owned vehicles shall be properly licensed, insured and safety inspected in accordance with applicable federal, state and local regulations. The following automotive liability coverage is required: •(1) For Contractor-owned vehicles: Bodily injury $200,000 per person, $500,000 per occurrence; property damage $20,000 per occurrence. •(2) For private owned vehicles: Bodily injury and property damage insurance meeting requirements of state in which vehicle is registered. b. All vehicles licensed or registered in a state, which requires a mechanical safety inspection must display a valid inspection sticker. c. All vehicles operating at the installation are subject to the installation traffic code, copies of which are available in the office of the installation Provost Marshal. 52.228-4502 OTHER INSURANCE REQUIREMENTS (OCT 1995) The contractor shall procure and maintain during the entire period of performance under this contract the following minimum insurance and shall furnish a certificate upon request by the Contracting Officer: (1) Workmen's Compensation: As required by law of the State of Washington. (2) Employer's Liability: $100,000 (3) Comprehensive General Liability: $500,000 each occurrence. •52.233-4500 INDEPENDENT REVIEW OF AGENCY PROTESTS (APRIL 2004) Offerors/bidders may submit their agency protest directly to the contracting officer or request an independent review at a level above the contracting officer. The independent review is available as an alternative to consideration of the agency protest by the contracting officer. The independent review is not an appeal of the contracting officer's decision on an agency protest. Agency protests for consideration by the contracting officer must be submitted to the issuing office indicated on the face of the solicitation. Agency protests for consideration by a level above the contracting officer must be submitted to: Defense Commissary Agency ATTN: AM (Director, Contracting) 1300 E Avenue Fort Lee, Virginia 23801-1800 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Also, the full text of a solicitation provision and any clauses may be accessed electronically at this/these address(es): http://farsite.hill.af.mil, http://www.acq.osd.mil/dpap/, or http://acquisition.gov/comp/far/index.html 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil, http://www.acq.osd.mil/dpap/, or http://acquisition.gov/comp/far/index.html Paragraph R : Changed to read "NO LATER THAN 4:00 PM local time on July 26, 2010." Paragraph S: Changed to read "The point of contact for this solicitations Peggy Lowery, (804) 734-8000, x86181, Michael G. Shaffer, Contracting Officer, 9804) 734-8000, 48681.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA05AMDRAMDS/HDEC05-10-T-0111/listing.html)
- Place of Performance
- Address: DeCA Headquarters, Attn: AMDR, 1300 E Avenue, Fort Lee, Virginia, 23801-1800, United States
- Zip Code: 23801-1800
- Zip Code: 23801-1800
- Record
- SN02212624-W 20100723/100721234934-53bb6d2cab49deaf9bdcf565ea96172f (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 |