SOLICITATION NOTICE
78 -- Gym Equipment
- Notice Date
- 4/13/2020 7:59:57 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339920
— Sporting and Athletic Goods Manufacturing
- Contracting Office
- W6QM MICC-FT DRUM FORT DRUM NY 13602-5220 USA
- ZIP Code
- 13602-5220
- Solicitation Number
- BENN254JRN0018
- Response Due
- 4/24/2020 12:00:00 AM
- Archive Date
- 10/21/2020
- Point of Contact
- Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
- E-Mail Address
-
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- 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 BENN254JRN0018 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 2020-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 339920 with a small business size standard of 750.00 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, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-04-24 16:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Fort Benning, GA 31905 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: Olympic-style bumper plates similar to Rogue Bumper Plates by Hi- Tech or equivalent, must meet the following specifications: rubber, stainless steel inserts for mounting to bar, 2 10-pound plates, 2 25-pound plates, 2 35-pound plates, 4 45-pound plates., 8, SE; LI 002: Olympic-style bumper plates similar to Rogue Bumper Plates by Hi- Tech or equivalent, must meet the following specifications: rubber, stainless steel inserts for mounting to bar, 2 100-pound plates., 3, SE; LI 003: Hex Bar similar to Rogue TB-2 Trap Bar or equivalent, must meet the following specifications: at least 7 feet in length, knurled handles, at least 16 inches loadable sleeve on each side, at least 8 inches from the floor to center handles, handles 25 inches apart in center, 60 pounds weight, 6, EA; LI 004: Olympic barbells similar to the Rogue Bar 2.0 or equivalent, must meet the following specifications: 7 feet in length,knurling with knurl marks on each side of the bar, at least 15 inches of loadable sleeve length on each side of the bar,28.5 millimeters in diameter, 20 kilograms in weight, must include at least 2 weight collars, max capacity must be at least 1000lbs., 8, EA; LI 005: Squat rack similar to Sorinex Base Camp Rack or equivalent - must meet the following specifications: 5 feet in length, 4 feet in width, 8 feet in height, no less than 2 sandwich-style j-hooks, 2 adjustable full safety bars, 2 adjustable safety straps, weight storage capability, capability to adjust position/level of j-hooks., 2, EA; LI 006: Exercise bike similar to the Keiser M3 Indoor Bike or equivalent, must meet the following specifications: commercial grade, spin class style, eddy current/magnetic resistance, vertical and horizontal adjustable seat, up/down/ front/back adjustable handlebars, shimano combo pedals/ SPD-compatible pedals, at least 45"" long,at least 49"" tall, at least 26"" wide, must include warranty, at least 20 resistance levels with manual brake, max capacity no less than 300lbs, digital readouts not required, 4, EA; LI 007: Weight lifting flat bench similar to the Rogue flat utility bench 2.0, must include the following specifications:minimum length 46"", wide legs to ensure stability (minimum width 14""), capacity no less than 800lbs., 6, EA; LI 008: Rowing Machine similar to the Concept2 PM3 rowing machine or equivalent, must meet the following specifications: must have max user capacity of 500lb; must be at least 96"" long; must be at least 24"" wide; must have 54"" monorail length; must have readout monitor/screen for data (speed, distance, time, etc.); must have adjustable flywheel resistance., 2, EA; LI 009: Set of Dumbbells with dumbbell rack similar to Rogue Dumbbell Set or equivalent, must meet the following specifications: dumbbells from 5lbs to 100lbs in 5 pound increments; must be made of metal; grips must have knurling; dumbbells must be rubber-coated; dumbbell rack must have space to fit all dumbbells; dumbbell rack must be constructed of metal., 1, SE; LI 010: Commercial treadmill similar to Nordic Track Commercial 1750 or equivalent, must meet the following specifications: at least 3.0 HP, adjustable speed 0 to at least 12mph, power-adjustable incline (not manual), iPod functionality, 300lb weight capacity, ability to connect via cable to iPod and play music, 2, EA; LI 011: Medicine ball similar to the Rogue Rubber Medicine Ball or equivalent, must meet the following specifications: must be 10lbs in weight; must be made of rubber; must have treaded pattern for grip; must be black in color; must have bounceback for slams/wall throws; diameter must be 9.5""., 12, EA; LI 012: Weight sled similar to Spud Inc Magic Carpet Sled or equivalent, must meet the following specifications: must have a strap at least 38"" in length; must have capacity of at least 500lb; must not weigh more than 4lbs; must be black in color; must be no more than 19.5"" x 20"" (width x length)., 2, EA; LI 013: Weight lifting rig similar to Rogues Monster LITE RIG 2.0 standard edition, must meet the following specifications: 24 foot long 4'+6'+4'6'+4'sections that allow for up to 6 separate squat/bench stations, provide 10 to 14 pull up stations, must be all interconnected, able to be bolted to the floor, include 12x J-Cups for standard Olympic barbell placement., 1, EA; LI 014: Adjustable bench similar to the Rogue Adjustable Bench 2.0 or equivalent, must meet the following specifications: at least 50"" in length; at least 11"" width; must include rear wheels for portability; frame must be constructed of steel; must have at least 6 adjustment positions for incline and decline; must have at least 2 seat positions; must include rubber caps to prevent sliding., 2, EA; LI 015: Bench weight stand, must meet the following specifications: steel construction; fully-adjustable height with pins; at least 2 j-hooks included; at least 80"" wide; at least 75"" tall; at least 1000lbs capacity, 2, EA; LI 016: Weight tree similar to the Rogue Vertical Plate Tree 2.0 or equivalent, must meet the following specifications: post length at least 12"", at least 50"" tall, at least 6 separate posts, all posts compatible with full-size (450mm/1.9"") Olympic plates., 2, EA; LI 017: Dumbbell rack similar to the York Professional Dumbbell Rack or equivalent, must meet the following specifications: steel construction; 2-tiered; at least 60"" in length, 2, EA; LI 018: Gym flooring similar to the Rogue Gym Mat or equivalent, must meet the following specifications: must cover 2500 square feet; must be made of rubber; must be at least 3/4"" thick, 1, EA; LI 019: Leg press machine similar to the Rogue Iso Leg Press 35 or equivalent, must meet the following specifications: 4 loadable weight pegs; pegs compatible with full-size Olympic plates; weight capacity of at least 2000lbs; adjustable lumbar seat and spring stops; spring-loaded stop handles., 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 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 Unison Marketplace 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 Unison Marketplace 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. In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product. ****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a95a3c01074d4a1eac24a9b4c6622d9d/view)
- Place of Performance
- Address: Fort Benning, GA 31905, USA
- Zip Code: 31905
- Country: USA
- Zip Code: 31905
- Record
- SN05619555-F 20200415/200413230149 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |