SOLICITATION NOTICE
78 -- Fitness Equipment
- Notice Date
- 2/13/2018
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 6130 Edwards St, Fort Sill, OK 73503
- ZIP Code
- 73503
- Solicitation Number
- SILL434KJR0008
- Response Due
- 2/27/2018
- Archive Date
- 8/26/2018
- 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 SILL434KJR0008 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 2005-96. 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 2018-02-27 12:30:00.0 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 two (2) kettlebell shall be of the same make and model and have similar characteristics to Rouge Kettlebells 9lbs: 1. Shall have matte black powder coat finish with color coded handles 2. Shall have a handle diameter 1.2", 1.4", 1.5" or 1.58" depending on weight 3. Shall weigh 9 lbs. each, 2, EA; LI 002: All two (2) kettlebell shall be of the same make and model and have similar characteristics to Rouge Kettlebells 13lbs: 1. Shall have matte black powder coat finish with color coded handles 2. Shall have a handle diameter 1.2", 1.4", 1.5" or 1.58" depending on weight 3. Shall weigh 13 lbs. each, 2, EA; LI 003: All two (2) kettlebell shall be of the same make and model and have similar characteristics to Rouge Kettlebells 18lbs: 1. Shall have matte black powder coat finish with color coded handles 2. Shall have a handle diameter 1.2", 1.4", 1.5" or 1.58" depending on weight 3. Shall weigh 18 lbs. each, 2, EA; LI 004: All two (2) kettlebell shall be of the same make and model and have similar characteristics to Rouge Kettlebells 26lbs: 1. Shall have matte black powder coat finish with color coded handles 2. Shall have a handle diameter 1.2", 1.4", 1.5" or 1.58" depending on weight 3. Shall weigh 26 lbs. each, 2, EA; LI 005: All two (2) kettlebell shall be of the same make and model and have similar characteristics to Rouge Kettlebells 35 lbs.: 1. Shall have matte black powder coat finish with color coded handles 2. Shall have a handle diameter 1.2", 1.4", 1.5" or 1.58" depending on weight 3. Shall weigh 35 lbs. each, 2, EA; LI 006: All two (2) kettlebell shall be of the same make and model and have similar characteristics to Rouge Kettlebells 44 lbs.: 1. Shall have matte black powder coat finish with color coded handles 2. Shall have a handle diameter 1.2", 1.4", 1.5" or 1.58" depending on weight 3. Shall weigh 44 lbs. each, 2, EA; LI 007: All two (2) kettlebell shall be of the same make and model and have similar characteristics to Rouge Kettlebells 53 lbs.: 1. Shall have matte black powder coat finish with color coded handles 2. Shall have a handle diameter 1.2", 1.4", 1.5" or 1.58" depending on weight 3. Shall weigh 53 lbs. each, 2, EA; LI 008: All six (6) Ski Ergs Floor Stand shall be of the same make and model and have similar characteristics to Rouge: Concept 2 Ski Ergs Floor Stand v2 1. Shall be black in color with a powder coat finish 2. Shall have a the freestanding capability 3. Must be an anti-skid deck and caster wheels, provides an all-in-one solution that makes the Ski Erg mobile 4. Shall have a weight of 35 lbs. 5. Shall be assembled in the USA 6. Shall be American-made 7. Must include all assembly hardware, 6, EA; LI 009: All six (6) Ski Ergs shall be of the same make and model and have similar characteristics to Rouge: Concept 2 Ski Ergs 1. Shall be black in color with a powder coat finish 2. Shall have anti-skid deck and caster wheels, provides an all-in-one solution that makes the Ski Erg mobile. 3. Must be an Adapting key rowing machine elements like flywheel resistance and a state-of-the-art PM5 Performance Monitor 4. Shall have a length of 52 inches, a height of 85 inches and 24 inches in width 5. Shall be assembled in the USA 6. Shall be American-made, precision engineered Nordic skiing machine 7. Must include all assembly hardware, 6, EA; LI 010: All six (6) workout mats shall be of the same make and model and have similar characteristics to Rouge GOMAT 2.0: 1. Shall be Multi-purpose personal gym mat for weight training, yoga, sit-ups, push-ups, etc. 2. Shall have new non-slip vinyl surface 3. Shall have 3/4" high performance foam bottom 4. Shall be 72 inches long x 32 inches wide 5. Shall have 2" slits in foam for rolling, storage, and portability 6. Shall be black in color 7. Shall be equipped with a 3/4 layer of high-performance foam padding and a stabilizing non-slip vinyl surface, 6, EA; LI 011: All six (6) Agility Domes shall be of the same make and model and have similar characteristics to Power Max: Agility Domes: 1. Shall have durable high impact polyethylene construction 2. Shall be a set that consists of ten cones in each color (40 total) 3. Shall have convenient storage rack, 6, EA; LI 012: All twenty-four (24) Timers shall be of the same make and model and have similar characteristics to Robic SC-505W Timers: 1. Shall have Lap, split or event timing 2. Shall have 1/100 second precision to 24 hours 3. Shall have twelve (12) memory recall. 4. Shall have an auto-lap counter to 199 5. Shall have single action time readings 6. Shall have auto lap/split release 7. Shall have 1st - 12th place finish times 8. Shall have time-out (pause) timing 9. Shows current running lap or split time 10. Shall have extra-large display with big numbers 11. Shall be Water Resistant to 30 meters. 12. Shall have a Break-Away Safety Lanyard helps prevent accidents, promotes safe use., 24, EA; LI 013: 13. All twenty-five (25) Exercise Bands be of the same make and model and have similar characteristics to Rogue Monster Bands: 1. Shall consist of color # 0 orange; dimensions: 41 x 0.25 x 0.18 Resistance 15lbs 2. Shall consist of color # 1 red dimensions: 41" x 0.5" x 0.18" Resistance 30lbs 3. Shall consist of color # 2 blue dimensions: 41" x 0.5" x 0.25" Resistance 50lbs 4. Shall consist of color # 3 green dimensions: 41" x 1.13" x 0.18" Resistance 65lbs 5. Shall consist of color # 4 black dimensions 41" x 1.75" x 0.18" Resistance 100lb 6. Shall be made of natural latex rubber, 25, EA; LI 014: All twelve (12) yoga mats shall be of the same make and model and have similar characteristics to Rogue Yoga Mat: 1. Shall be 1/8" thick x 68" long x 24" wide 2. Shall be textured, non-slip PVC foam material 3. Shall have latex-free; phthalate-free inks 4. Shall have Mat Color: Black, 12, EA; LI 015: All one thousand thirty-six square feet (1036) fitness surface shall be of the same make and model and have similar characteristics to Regupol Flooring: 1. Each Roll shall be 8mm (1/2 inch) thick 2. Shall be extremely dense, resilient and wear resistant 3. Shall have latex-free; phthalate-free inks 4. Shall have Mat Color: Black 5. Shall be cut in size 4ft x 4ft individual sizes in puzzle interlocking form for easy, 1036, EA; LI 016: All two (2) bumper plates shall be of the same make and model and have similar characteristics to Rouge HG 2.0 Bumper Plates: 1. Shall have a diameter of: 450mm / 17.72 inches (IWF Standard) 2. Shall have Collar Openings of: 50.40mm / 1.98 inches 3. Shall have Stainless Steel Inserts 4. Shall have a Weight Tolerance: +/- 1% of claimed weight 5. Shall have a minimal bounce 6. Shall be 45 lbs. in weight each, 2, EA; LI 017: All two (2) grip plates shall be of the same make and model and have similar characteristics to Rouge 6-Shooter Urethane Olympic Grip Plates: 1. Shall have a diameter 5mm thick Urethane coating 2. Shall have Six grip holes for easier carrying, loading from any angle (only on 25, 35 and 25 LB plates) 3. Shall have 50.6mm collar opening 4. Shall have a Weight Tolerance: +/- 1% (25-45 lb plates), +/- 3% (2.5-10 lb plates) 5. Shall be 25 LBs in weight each, 2, EA; LI 018: All two (2) grip plates shall be of the same make and model and have similar characteristics to Rouge 6-Shooter Urethane Olympic Grip Plates: 1. Shall have a diameter 5mm thick Urethane coating 2. Shall have Six grip holes for easier carrying, loading from any angle (only on 25, 35 and 45 LB plates) 3. Shall have 50.6mm collar opening 4. Shall have a Weight Tolerance: +/- 1% (25-45 lb plates), +/- 3% (2.5-10 lb plates) 5. Shall be 35 LBs in weight each, 2, EA; LI 019: All two (2) grip plates shall be of the same make and model and have similar characteristics to Rouge 6-Shooter Urethane Olympic Grip Plates: 1. Shall have a diameter 5mm thick Urethane coating 2. Shall have Six grip holes for easier carrying, loading from any angle (only on 25, 35 and 45 LB plates) 3. Shall have 50.6mm collar opening 4. Shall have a Weight Tolerance: +/- 1% (25-45 lb plates), +/- 3% (2.5-10 lb plates) 5. Shall be 45 LBs in weight each, 2, EA; LI 020: All two (2) machined plates shall be of the same make and model and have similar characteristics to Rouge: Machined Olympic Plates 1. Shall have a Precision Machined Cast Iron 2. Shall have a Heavy-Duty Gray Hammertone Finish w/ Black Text 3. Shall have Weight Increments: 2.5 LB, 5 LB, 10 LB, 25 LB, 35 LB, 45 LB 4. Shall have a Weight Tolerance: + 2% / - 0% (25-45 lb plates), +/- 3% (2.5-10 lb plates) 5. Shall be 2.5 LBs in weight each, 2, EA; LI 021: All two (2) machined plates shall be of the same make and model and have similar characteristics to Rouge: Machined Olympic Plates 1. Shall have a Precision Machined Cast Iron 2. Shall have a Heavy-Duty Gray Hammertone Finish w/ Black Text 3. Shall have Weight Increments: 2.5 LB, 5 LB, 10 LB, 25 LB, 35 LB, 45 LB 4. Shall have a Weight Tolerance: + 2% / - 0% (25-45 lb plates), +/- 3% (2.5-10 lb plates) 5. Shall be 5 LBs in weight each, 2, EA; LI 022: All two (2) machined plates shall be of the same make and model and have similar characteristics to Rouge: Machined Olympic Plates 1. Shall have a Precision Machined Cast Iron 2. Shall have a Heavy-Duty Gray Hammertone Finish w/ Black Text 3. Shall have Weight Increments: 2.5 LB, 5 LB, 10 LB, 25 LB, 35 LB, 45 LB 4. Shall have a Weight Tolerance: + 2% / - 0% (25-45 lb plates), +/- 3% (2.5-10 lb plates) 5. Shall be 10 LBs in weight each, 2, EA; LI 023: All five (5) spring collars shall be of the same make and model and have similar characteristics to Rouge: Spring Collars 1. Shall clamp reliably on the bar 2. Shall not slide during a workout 3. Shall be gray in color 4. Shall have a have a longer shelf life than many less affordable collars on the market., 5, EA; LI 024: All one (1) trap bar shall be of the same make and model and have similar characteristics to Rouge: TB-2 Trap Bar 1. Shall have a Precision Machined Cast Iron 2. Shall have a Heavy-Duty Gray Hammertone Finish w/ Black Text 3. Shall have a width of 28.5 4. Shall have a length: 88.5 5. Shall be 60 LBs in weight: 60 LBS 6. Shall have handle diameter: 1.34" (Handles) | 1.91" (Sleeves) 7. Shall be a height of: 9 8. Shall have steel notes of: 1.5" SCH 80 Pipe Sleeves 9. Shall be black in color 10. Shall have Knurled Handles with 16" Loadable Sleeve Space, 1, EA; LI 025: All one (1) belt and ban hanger shall be of the same make and model and have similar characteristics to Rouge: Belt and Band Hangers 1. Shall have Steel Notes: Laser Cut 11 Gauge Steel 2. Shall have (10) 1" Wide Prongs Mounting hardware not included 3. Shall have a width of 5 or 8 (Depth) 4. Shall have a length: 23.5 5. Shall be a height of: 4 6. Shall be black in color, 1, EA; LI 026: All one (1) universal storage system shall be of the same make and model and have similar characteristics to Rouge: Tier 2 Universal Storage System 1. Shall have a width of 23.75 (depth) 2. Shall have a length: 76.5 (70 shelf) 3. Shall have steel notes: 2 x 3" and 3x3" 11-Gauge Steel Uprights, 3/16" shelves 4. Shall have handle diameter: 1.34" (Handles) | 1.91" (Sleeves) 5. Shall be a height of: 2 Tier 29.25 /3 Tier 45.25 (Add 3.25 for Dumbbell Top Shelf 6. Shall be a foot print: 76.5 x 23.75 7. Shall include wheels, 1, 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/05d3a3131bf0b8a973ac200c44d7b4ab)
- Place of Performance
- Address: Fort Sill, OK 73503
- Zip Code: 73503
- Zip Code: 73503
- Record
- SN04821768-W 20180215/180213231733-05d3a3131bf0b8a973ac200c44d7b4ab (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 |