Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2019 FBO #6462
SOLICITATION NOTICE

78 -- Fitness equipment

Notice Date
8/1/2019
 
Notice Type
Combine Synopsis/Solicitation
 
Contracting Office
1681 West Eaton Road, Fort McCoy, WI 54656
 
ZIP Code
22030
 
Solicitation Number
McCOYDESDJT0025
 
Response Due
8/12/2019
 
Archive Date
2/8/2020
 
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 McCOYDESDJT0025 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. 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.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-08-12 15:30:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Fort McCoy, WI 54656 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: The following items are for a total of FOUR Woodway Treadmill w/console - Part # 4DPB3112 Power supply NTE 115 Vac 20 Amp, Drive motor 2 hp continuous and 5 hp peak, Running surface shall be no less than 22 inches in width and no more than 68 inches in length and shall be comprised of a vulcanized rubber individual slat belt, the treadmill shall have embedded 19 inch LCD HDTV, a minimum of 10 pre-programmed workouts, shall have the following manufacturer ™s warranty 10 year frame, 5 year drive, motor and belt, 3 year all components and 1 year labor, users weight capacity shall be on run 400 lbs and 800 lbs for walk All of the above shall be brand name or equal, 4, EA; LI 002: The following items are for a total of ONE Life Fitness Arc Cross Trainer w/console - Part # INATTSH Shall have up to 1200 watts at 180 SPM resistances range, up to 0-21 incline levels, and minimum stride length of 24 inches, manufacturer ™s warranty 10 year frame, 3 year mechanical, 3 months cosmetic and 1 year labor Max user weight shall be 400lbs All of the above shall be brand name or equal, 1, EA; LI 003: The following items are for a total of ONE Life Fitness Elevation Elliptical Cross-Trainer w/console - Part # 95XSE Power requirements 115 Vac 15 Amp, minimum stride length of 20 inches and 26 resistance levels, manufacturer ™s warranty 2 year limited on mechanical and electrical components 1 year labor Max user weight shall be 400lbs All of the above shall be brand name or equal, 1, EA; LI 004: The following items are for a total of TWO Life Fitness IC8 Power Trainer - Part # IC-LFIC8C1-01 Max user weight shall be 330lbs shall measure at least 55 inches long, 20 inches wide and 40 inches tall, manufacturer ™s warranty shall be 5 years on frame and welding 3 years on parts, 1 year on saddle construction All of the above shall be brand name or equal, 2, EA; LI 005: The following items are for a total of TWO Life Fitness Myride console for IC8 as listed in in this buy package - Part # VI-MYPTT-IC8-02 Console shall have an adjustable viewing angle, 3.5 audio output warranty shall be 3 years All of the above shall be brand name or equal, 2, EA; LI 006: The following items are for a total of ONE Life Fitness PowerMill Climber w/ Console - Part # INPMDX Step up height shall be at least 10 inches with largest usable step space of at least 200 sq in. speed levels total of 26, Power requirements shall be 120V and 20A Warranty 2 year mechanical and electrical components, 6 months cosmetic and 1 year labor Max user weight shall be 400lbs All of the above shall be brand name or equal, 1, EA; LI 007: The following items are for a total of ONE Rogue Echo Bike - Part # IP0822 Shall have belt driven steel fan, and be at least 52 inches height to the top of the handles, 58 inches in length seat furthest back and at least 29 inches wide handles at widest point. LCD console screen at least 6 inch by 6 inch and wind guard shall be included in price Max user weight shall be 350 lbs All of the above shall be brand name or equal, 1, EA; LI 008: Freight FOB Destination, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers 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.UnisonMarketplace.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, Unison, Inc. Unison Marketplace 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 Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace 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 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. 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 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (01-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/0aacfcf1614b91420c2d3377e1922a61)
 
Place of Performance
Address: Fort McCoy, WI 54656
Zip Code: 54656-5225
Country: US
 
Record
SN05389643-F 20190803/190801230057 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.