SOLICITATION NOTICE
78 -- Gym Equipment
- Notice Date
- 8/7/2018
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 2-1105 Macomb Street, Stack A, Fort Bragg, NC 28310
- ZIP Code
- 28310
- Solicitation Number
- BRAGG10MPBNRJG0016
- Response Due
- 8/9/2018
- Archive Date
- 2/5/2019
- 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 BRAGG10MPBNRJG0016 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 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 451110 with a small business size standard of $7.00M. 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 2018-08-09 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Bragg, NC 28310 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: Hexagon Barbell (Hexagon Bar/Trap-Bar) SPECIFICATION: 1)HEXAGON BAR/TRAP-BAR (NO D-HANDLES) 2)OLYMPIC SIZE. WEIGHT: 60LB (UNLOADED) MUST BE WITHIN 5% OF CLAIMED WEIGHT. 3)DURABLE HEXAGONAL FRAME WELDED FROM 1.5 SQUARE STEEL TUBING (1.5"SCH 80 PIPE SLEEVES).4)16.4 OF LOADABLE SLEEVE LENGTH (TO ACCOMMODATE FOUR EACH 45LB BUMPER PLATES W/COLLAR). 5)BOTH SETS OF KNURLED, PARALLEL HANDLES MEASURE 1.34 IN DIAMETER AND ARE SPACED 25 ON CENTER. 6)HEXAGON BAR REQUIRES RUST PROOFING. EXAMPLES: BLACK OXIDE BARE STEEL; BRIGHT ZINC; BLACK ZINC CHROME; NICKEL; AND PHOSPHOROUS ZINC PLATE TO RESIST RUSTING. 7)REQUIRED TO HAVE A SOLID SLEEVE DESIGN. 8)COLOR IS NON-SPECIFIC., 8, EA; LI 002: 10lb Bumper Plate SPECIFICATION: 1)STANDARD DIAMETER 450MM (17.7165 INCH). 2)SOLID RUBBER PLATES MADE FROM VIRGIN OR HIGH QUALITY RECYCLED RUBBER. 3)SHORE DUROMETER A 87.7 - 88.3. 4)COLLAR OPENING: 50.4MM. 5)INSERT TYPE: FORGED STAINLESS STEEL. 6)BUMPER PLATE THICKNESS MEASUREMENTS ARE WITHIN 1\16" OF AN INCH. 7)WEIGHT TOLERANCE: +/- 1% OF CLAIMED WEIGHT. 8)BUMPER PLATE COLOR IS NON-SPECIFIC., 32, EA; LI 003: 15lb Bumper Plate SPECIFICATION: 1)STANDARD DIAMETER 450MM (17.7165 INCH). 2)SOLID RUBBER PLATES MADE FROM VIRGIN OR HIGH QUALITY RECYCLED RUBBER. 3)SHORE DUROMETER A 87.7 - 88.3. 4)COLLAR OPENING: 50.4MM. 5)INSERT TYPE: FORGED STAINLESS STEEL. 6)BUMPER PLATE THICKNESS MEASUREMENTS ARE WITHIN 1\16" OF AN INCH. 7)WEIGHT TOLERANCE: +/- 1% OF CLAIMED WEIGHT. 8)BUMPER PLATE COLOR IS NON-SPECIFIC., 16, EA; LI 004: 25lb Bumper Plate SPECIFICATION: 1)STANDARD DIAMETER 450MM (17.7165 INCH). 2)SOLID RUBBER PLATES MADE FROM VIRGIN OR HIGH QUALITY RECYCLED RUBBER. 3)SHORE DUROMETER A 87.7 - 88.3. 4)COLLAR OPENING: 50.4MM. 5)INSERT TYPE: FORGED STAINLESS STEEL. 6)BUMPER PLATE THICKNESS MEASUREMENTS ARE WITHIN 1\16" OF AN INCH. 7)WEIGHT TOLERANCE: +/- 1% OF CLAIMED WEIGHT. 8)BUMPER PLATE COLOR IS NON-SPECIFIC., 16, EA; LI 005: 35lb Bumper Plate SPECIFICATION: 1)STANDARD DIAMETER 450MM (17.7165 INCH). 2)SOLID RUBBER PLATES MADE FROM VIRGIN OR HIGH QUALITY RECYCLED RUBBER. 3)SHORE DUROMETER A 87.7 - 88.3. 4)COLLAR OPENING: 50.4MM. 5)INSERT TYPE: FORGED STAINLESS STEEL. 6)BUMPER PLATE THICKNESS MEASUREMENTS ARE WITHIN 1\16" OF AN INCH. 7)WEIGHT TOLERANCE: +/- 1% OF CLAIMED WEIGHT. 8)BUMPER PLATE COLOR IS NON-SPECIFIC., 16, EA; LI 006: 45lb Bumper Plate SPECIFICATION: 1)STANDARD DIAMETER 450MM (17.7165 INCH). 2)SOLID RUBBER PLATES MADE FROM VIRGIN OR HIGH QUALITY RECYCLED RUBBER. 3)SHORE DUROMETER A 87.7 - 88.3. 4)COLLAR OPENING: 50.4MM. 5)INSERT TYPE: FORGED STAINLESS STEEL. 6)BUMPER PLATE THICKNESS MEASUREMENTS ARE WITHIN 1\16" OF AN INCH. 7)WEIGHT TOLERANCE: +/- 1% OF CLAIMED WEIGHT. 8)BUMPER PLATE COLOR IS NON-SPECIFIC., 64, EA; LI 007: Barbell Collar/Spring SPECIFICATION: 1)PLASTIC OR METAL 2 X 2 BARBELL COLLAR. 2)WEIGHT: 2 TO 3 LBS PER PAIR. 3)MUST ENSURE COLLAR/SPRING AND BAR SELECTED ARE FULLY COMPATIBLE. FITS ALLOWABLE RANGE BETWEEN 1.937 TO 2.015(INCHES). NOT ALL COLLARS/SPRINGS WORK WITH ALL BARS. 4)BARBELL COLLAR COLOR IS NON-SPECIFIC., 16, EA; LI 008: Nylon Sled (With Pull Strap) SPECIFICATION: 1)MADE OF THICK HEAVY DUTY NYLON. 2)SIZE STANDARD IS 22 (LENGTH) BY 19.5 (WIDTH). 2)CAN HANDLE UP TO FOUR 45LB PLATES. WEIGHT STANDARD IS 90LBS (2 X 45LB PLATES). 3)MUST INCLUDE PULL 92 STRAP WITH HANDLE ON BOTH ENDS. 4)NYLON SLED COLOR IS NON-SPECIFIC., 8, EA; LI 009: 10lb Rubber Medicine Ball SPECIFICATION: 1)THE MEDICINE BALL SHOULD BE MADE FROM HARD RUBBER. 2)IT SHOULD BE INFLATABLE, HEAVY DUTY, AND NON-MALLEABLE UNLIKE A SLAM BALL. A TEXTURED GRIP SURFACE SHOULD MAKEIT EASY TO HANDLE. 3)MEDICINE BALL SHOULD NOT LOSE ITS SHAPE AND SHOULD BE MADE FROM A DURABLE WEIGHTED RUBBER SHELL SPECIALLY DESIGNED TO WITHSTAND NORMAL IMPACT. 4)WEIGHT CANNOT SHIFT INSIDE AND CANNOT BE FILLED WITH SAND OR SIMILAR MATERIAL. 5)MEDICINE BALL NEEDS TO BE WEATHER PROOF. 6)MEDICINE BALL COLOR IS NON-SPECIFIC., 8, EA; LI 010: 40lb Kettle Bell SPECIFICATION: 1)SHOULD BE MADE OF A NATURAL, SLIP FREE TEXTURE WITH A SEAMLESS AND EVEN FINISH. 2)CAST IRON OR STEEL CONSTRUCTION. 3)BLACK POWDER COATED. 4)HEIGHT: 10.9". 5)DIAMETER: 8.2". 6)ABLE TO ACCOMMODATE HANDS OF ANY SIZE. 7)ONE-PIECE DESIGN. 8)FLAT BASE. 9)KETTLEBELL COLOR IS NON-SPECIFIC., 16, EA; LI 011: Measuring Tape (Metric) SPECIFICATION: 1)100' TAPE WITH A "METRIC" SIDE. 2)MINIMUM TAPE LENGTH IS 30M (98 FEET). 3)MEASURING TAPE COLOR IS NON-SPECIFIC., 8, EA; LI 012: Portable Squat Stand w/ Pull Up Bar PECIFICATION: 1)1.5 INCH OUTSIDE DIAMETER OF BAR. 2)SMOOTH, UNPAINTED, GALVANIZED STEEL BAR. TAPE IS NOT PERMITTED DUE TO HYGIENE CONCERNS. 3)PRODUCT WEIGHT: 146 LBS. 4)HEIGHT: MIN 86". 5)STEEL NOTES: 2X3" 11 GAUGE. 6)OTHER PRODUCT SPECS: WEIGHT CAPACITY TESTED AT 1,000 LBS. 7)SQUAT STANDS: STEEL, PULL-UP BAR. 8)COLOR: N/A., 8, 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: : technical capability of the item offered to meet the Government requirement and price. Technical capability is more important than 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/9106b9b04b1248c89b766db7144296de)
- Place of Performance
- Address: Fort Bragg, NC 28310
- Zip Code: 28310
- Zip Code: 28310
- Record
- SN05024229-W 20180809/180807231318-9106b9b04b1248c89b766db7144296de (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 |