SOLICITATION NOTICE
78 -- Life Fitness Aerobics Equipment - J&A brand Name - DFARS 252.209-7999
- Notice Date
- 8/11/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339920
— Sporting and Athletic Goods Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFNWC/PZI - Kirtland, Installation Contracting Division, AFNWC/PZI, 8500 Gibson SE, Bldg 20202, Kirtland AFB, New Mexico, 87117-5606, United States
- ZIP Code
- 87117-5606
- Solicitation Number
- F2KTAV4129A001
- Archive Date
- 10/8/2014
- Point of Contact
- Kory A. Koski, Phone: 5058461153, Elizabeth H Sanchez, Phone: (505) 853-7505
- E-Mail Address
-
kory.koski@kirtland.af.mil, elizabeth.sanchez@kirtland.af.mil
(kory.koski@kirtland.af.mil, elizabeth.sanchez@kirtland.af.mil)
- Small Business Set-Aside
- N/A
- Description
- DFARS 252.209-7999 Brand name J&A 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement is unrestricted. The NAICS Code for this synopsis/solicitation is NAICS, 339920, Sporting and Athletic Goods Manufacturing, Size Standard 500 EMP. Solicitation/Purchase Request Number F2KTAV4129A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-76, Effective 25 July 2014 The Government intends to award one contract with seven(7) Contract Line Item Number (CLIN): CLIN 0001: Attachable-Gray 17" Attachable TV-NTSC/ATSC QTY: 40 UNIT OF ISSUE: Each DESCRIPTION: Gray 17" Attachable TV-NTSC/ATSC Manufacturer: Life Fitness FOB: Destination INSPECTION AND ACCEPTANCE: Destination DESIRED DELIVERY DATE: 30 Days ARO CLIN 0002: CLSL-Integrity Summit-Trainer-Integrity CLSL Summit Based /LED Console. QTY: 4 UNIT OF ISSUE: Each DESCRIPTION: CLSL-Integrity Summit-Trainer-Integrity CLSL Summit Based /LED Console. Manufacturer: Life Fitness FOB: Destination INSPECTION AND ACCEPTANCE: Destination DESIRED DELIVERY DATE: 30 Days ARO CLIN 0003: 95XI-Cross-Trainer Discover SI Domestic- Silver Cross trainer Base/10 in LCD Console with ATSC. QTY: 20 UNIT OF ISSUE: Each DESCRIPTION: 95XI-Cross-Trainer Discover SI Domestic- Silver Cross trainer Base/10 in LCD Console with ATSC. Manufacturer: Life Fitness FOB: Destination INSPECTION AND ACCEPTANCE: Destination DESIRED DELIVERY DATE: 30 Days ARO CLIN 0004: 95RI Recumbent Bike Discover SI Domestic-Silver Bike Base/ 10 in LCD Console with ATSC. QTY: 20 UNIT OF ISSUE: Each DESCRIPTION: 95RI Recumbent Bike Discover SI Domestic-Silver Bike Base/ 10 in LCD Console with ATSC. Manufacturer: Life Fitness FOB: Destination INSPECTION AND ACCEPTANCE: Destination DESIRED DELIVERY DATE: 30 Days ARO CLIN 0005: AK94-Armrests with Contact HR QTY: 20 UNIT OF ISSUE: Each DESCRIPTION: AK94-Armrests with Contact HR Manufacturer: Life Fitness FOB: Destination INSPECTION AND ACCEPTANCE: Destination DESIRED DELIVERY DATE: 30 Days ARO CLIN 0006: 95TE Treadmill Discover SE Domestic- Silver Tread Based/19 inch Discover SE Tread Console ATSC/ QTY: 28 UNIT OF ISSUE: Each DESCRIPTION: 95TE Treadmill Discover SE Domestic- Silver Tread Based/19 inch Discover SE Tread Console ATSC/ Manufacturer: Life Fitness FOB: Destination INSPECTION AND ACCEPTANCE: Destination DESIRED DELIVERY DATE: 30 Days ARO CLIN 0007: Freight and Installation QTY: 1 UNIT OF ISSUE: Each Manufacturer: Life Fitness FOB: Destination INSPECTION AND ACCEPTANCE: Destination DESIRED DELIVERY DATE: 30 Days ARO In accordance with FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of lowest price technically acceptable. Technical acceptability is determined by conformance to all details described for each CLIN. Offeror will be evaluated in accordance with FAR 13.106-2. In accordance with FAR 13.106(b)(1), offerors are notified that each may be required to provide documentation supporting the price, cost and/or cost realism supporting the quoted prices. Failure to furnish supporting documentation expressly requested and necessary for the agency to perform price, cost and/or cost realism analysis is grounds to reject the quote. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. Partial Payments are not authorized. Invoicing through WAWF shall occur after all items have been received by the organization. Quotes may be E-mailed (preferred) to kory.koski@us.af.mil or mailed to AFNWC/PZIB, ATTN: Kory Koski, 8500 Gibson Blvd SE, Bldg 20202, Room 234, Kirtland AFB, NM 87117, or faxed to (505) 846-8925 ATTN: Kory Koski. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive payment for products/services rendered to the government as the result of an award. If you are not registered, you may register through the SAM website at http://www.sam.gov. Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." The following provisions and clauses by reference apply to this procurement: FAR 52.202-1 - Definitions, FAR 52.203-11 -- Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions, FAR 52.203-12 -- Limitation on Payments to Influence Certain Federal Transactions, FAR 52.204-4 -- Printed or Copied Double-Sided on Postconsumer Fiber Content Paper, FAR 52.204-5 -- Women-Owned Business Other Than Small Business, FAR 52.212-1, Instructions to Offerors -- Commercial Items; FAR 52.204-7 System for Award Management; FAR 52.204-13 - System for Award Management Maintenance, FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.219-1 Alt I, Small Business Program Representations; FAR 52.203-6 Alt 1 Restrictions on Subcontractor Sales to the Government., FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.222-25 Affirmative Action Compliance, FAR 52.223-5 Pollution Prevention and Right-to-Know Information, FAR 52.232-39 Unenforceability of Unauthorized Obligations ; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-1 Disputes; FAR 52.233-2 Service of Protest; FAR 52.242-13 Bankruptcy; FAR 52.246-23 Limitation of Liability; FAR 52.203-3 Gratuities; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran Certification; FAR 52.212-3 Alt 1; Offeror Representations and Certifications -- Commercial Items (May 2014); FAR 52.209-5 -- Certification Regarding Responsibility Matters; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items [in paragraphs (b) and (c) the following clauses apply: 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-13, 52.232-33]; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, System for Award Management; DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.225-7048 Export-Controlled Items; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS252.211-7003 Item Unique Identification and Valuation; DFARS 252.215-7008 Only One Offer; DFARS 252.223-7008 Prohibition of Hexavalent Chromium; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payment. DFARS 252.243-7002 Requests for Equitable Adjustment; DFARS 252.244-7000 Subcontracts for Commercial Items; AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS); The following provisions and clauses in full text apply to this procurement: FAR 52.252-1, Solicitation provisions incorporated by reference This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address http://farsite.hill.af.mil/ FAR 52.252-2, Clauses Incorporated by Reference 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 http://farsite.hill.af.mil/; DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. All offerors shall return a copy of the completed provision. Provision in full text is attached. AFFARS 5352. 201-9101 Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, AFNWC Ombudsmen: Primary: Ms Jeannine Kinder AFNWC/PK E-Mail: jeannine.kinder@us.af.mil Phone: (505) 846-1924 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KTAV4129A001/listing.html)
- Place of Performance
- Address: Kirtland Air Force Base, New Mexico, Albuquerque, New Mexico, 87117, United States
- Zip Code: 87117
- Zip Code: 87117
- Record
- SN03460827-W 20140813/140812000044-d47697608b8b22fcdb0918db4d690e34 (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 |