SOLICITATION NOTICE
78 -- Physical Therapy and Training Equipment
- Notice Date
- 6/1/2020 10:39:40 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
- BRAGG6BN2SFABEAC0001
- Response Due
- 6/4/2020 12:00:00 AM
- Archive Date
- 12/01/2020
- 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
- AMENDMENT NOTICE: 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 BRAGG6BN2SFABEAC0001 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 2020-06. 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: 2020-06-04 13:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Fort Bragg, SC 28310 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: Multipurpose rehabilitation weight storage rack that is on wheels and includes:Built in dispensers for at least 5 resistance bands, set of 5 resistance bands of varying resistance, Full view distortion-free glass mirror with shatterproof qualities, dumbbell hooks on both sides that holds at least 20 dumbbells, two sets of ten dumbbells, Pegboard with safety hooks strong enough to hold associated hugger weights, set of 16 hugger weights of varying weight. Must be neutral in color, preferably black. Must come assembled or include assembly. 5560 RACK W/5581,5531,(2)5505, HAUSMANN INDUSTRIES part number 5560-100 or equal., 1, EA; LI 002: Physical Therapy Treatment Table Must have a matted platform top that is roughly 5'wide by 7' long with a height that is electronically adjustable in height from 19"" to 28"" utilizing a hands free control. The mat must be easily sanitized, durable and comfortable with rounded edges. The plug must be 110V and hospital grade. The table must be able to lift at least 300lbs and hold at least 2000lbs. Prefer neutral colors. Must come assembled or include assembly. MAT PLATFORM,1100LB,5X7',20-30"", HAUSMANN INDUSTRIES Part number 1429-57* or equal., 1, EA; LI 003: Sets of Kettlebells that have weights scaling from 5-50 lb. Must be Weatherproof and increase in weight by 5lb increments (5, 10, 15, 20, 25, 30, 35, 40, 45& 50) Fully encapsulated in weather resistant material to resist moisture, heat,etc, 2, SET; LI 004: 3 tier storage system. Must have 3 offset reinforced flat plate steel trays to accommodate kettle bells, dumbbells, and medicine balls. The top tray must able to be assembled in either a flat or angled position. Must come assembled or include assembly., 1, EA; LI 005: Medicine ball set. Must be 6-20lbs (broken out into the following increments 6, 8, 10, 12,14, 16, 18, 20lbs). Must be similar to rubber with a textured grip and 9 inches in diameter for all medicine balls and conservative in color (such as black, brown, green, grey), 1, EA; LI 006: 630lbs of Bumper Plates. Must be Hi-Temp Solid Rubber weights with a 2� Stainless-Steel bushing/insert and a weight tolerance of +/-0.5lbs. Plates will be sold in pairs with three pairs of 10 (1.37in width), two pairs of 15 (1.87in width), two pairs of 25 (2.25in width), two pairs of 35 (3.12in width) and three pairs of 45lb (3.75in width). This totals six 10lb plates, four 15lb plates, four 25lb plates, four 35lb plates, and six 45lb plates. Must integrate with line item 7, 12 and 15., 1, SET; LI 007: Olympic Barbells. Must have 28.5mm diameter, 20kg bar weight, black oxide shaft and sleeve color, dual knurl marks for Olympic and power lifting, no center knurl, 190,000 PSI tensile strength, bronze bushings, 16.40� loadable sleeve length. Must integrate with line item 7, 9, 10, and 12., 4, EA; LI 008: Barbell collar pairs. Must have 1.5"" width, black rubberized interior lining, locking clamp to secure hold. Must integrate with line item 7 and 15., 4, PAIR; LI 009: Barbell Holder. Must be able to accommodate seven barbells of varying types, to include Olympic barbell (7), hexagon bar (line 15) and a standard safety squat bar. Must not require and external means to secure such as a bolt to wall or floor(unless integrated with item 17). Prefer black in color and tubing to prevent damage to bars.Must come assembled or include assembly. Rogue 9 Bar Holder or equal., 1, EA; LI 010: Deadlift bar jacks. Must be able to lift any standard barbell form floor level to allow for easy loading/unloading of bumper plates from a barbell. Must be capable of holding barbell (item 7) and have a formed steel cup with protective plastic covering and have a footprint less than 20"" x 5�. must be coated to protect from rusting. Rogue Fitness Mini Deadlift Bar Jack or equal, 2, EA; LI 011: Adjustable utility bench. When bench is flat, it must be of standard height (17.5�) with the pad included. The pad must be of standard width (11.25�) and approximately 52� in combined length. Bench must have multiple adjustable positions ranging from 0 to 85 degrees with no to limited gap between the seat pad and back pad. Bench feet must be coated or caped in rubber to prevent damage to the floor and limit movement. Bench must be mobile, preferably via integrated wheels and handle. Bench must be sturdy. Must come assembled or include assembly. Rogue Adjustable Bench 2.0 or equal, 2, EA; LI 012: Weight lifting Power Rack. Must have a footprint of 80"" x 53"" or less and height of 95"" or less. Must be installed without being bolted to the floor and be able to support the weight of all associated equipment while both pull up bars are being utilized. Must be able to rearrange item locations on the rack. Must include one pair of J-Cups (capable of holding item 7), one pair of Pin Pipe Safeties, four band pegs, one skinny pull up bar, one skinny/fat pull up bar, and enough bumper place storage posts to store associated bumper plates and collars (item 6 and 8). Must come assembled or include assembly. Rogue Fitness RML-690 Monster Lite Rack or equal, 1, EA; LI 013: Landmine set. Must have Landmine, T-Bar Row, and Close Grip Row. Must be able to insert T-bar and close grip into an Olympic bar in the sleeve with the other end inserting into a bumper plate or any Push Sled cup. Must be able to Rotate in every direction so you can seamlessly move from one exercise to another. Must fit into a gym bag and be transportable., 1, EA; LI 014: Glute Ham Developer (GHD). Must have and easily adjusted footrest with a flat surface for the sole of the foot and upholstered footpads that secure the top and bottom of a foot while the individual is horizontal without rolling or spinning. Hip pads must be close in proximity to allow for varying individual heights, widths and proportions. Must have Side Handles for Stabilizing. All pads must be durable and easily sanitized. Must not require external bolts to secure. Prefer wheels for easy mobility. Must come assembled or include assembly., 1, EA; LI 015: Hexagon/Trap bar. Must be within Army Combat Fitness Test (ACFT) Standards(attached). Including Neutral Grip Handles, Spaced 25"" on center with easy-grip knurling, 16"" Loadable sleeve space, Weight: 60LB (+/- 2LB) (unloaded), and no basket/D-ring handles., 1, EA; LI 016: Battle/Training Rope. Must be between 1 inch and 2 inches in diameter and approximately 30 feet long with a weight around 17 lbs in total weight. Rope must be covered with a jacket to allow for increased durability and coated on the end for hand grips. 1.5"" X 30' PREMIUM COVERED TRAINING ROPE, SPRI PRODUCTS part number 07-71274 or equal, 1, EA; LI 017: Indoor Ski machine. Must not require external bolting to a floor or wall, possibly with a floor stand. Machine must have a smooth feel, minimal noise with a spiral damper with adjustable 1-10 settings and an ability to have preset workouts. It must have a monitor that turns on when you start your workout with the ability to track (distance, speed, pace, calories burned, and watts), view (force curve, pace boat, bar chart, large print, and data), store and transfer performance data and transfer data. Must be able to connect ANT+ and Bluetooth Smart with compatible heart rate monitors. The complete system must be equal to or less than 85� in height and 52� x 24� in length and width. Must include at least a 2-year maintenance plan that starts after delivery. Must come assembled or include assembly. Concept2 T2 Skierg(Wall Mounted) W/PM5 2715-US and Concept 2 Skierg Floor Stand 2720-US or equal, 1, EA; LI 018: Treadmill. Must have an orthopedic running belt, HST Phenolic Resin or similar to eliminate the need of lubrication. Quiet drive motor, Large running surface for longer strides, Light commercial warranty, Quick Speed and Quick Incline Keys allow fast adjustments. Must have suspension technology for softer landings. Must Have LED Display, Heart Rate Strap Compatibility and Contact Heart Rate Grips. Must have built-in Programs, speed adjustment within the following range 0.5-12 MPH, incline adjustment in the following range 0-15%. Must come assembled or include assembly., 1, EA; LI 019: Dual resistance cable machine. Must have two independent cables with 210lb or greater weight stacks with two counterbalanced independently rotating arms with at least 12 vertical and 9 horizontal settings. Must come assembled or include assembly. GENESIS DUAL CABLE CROSS LITE, FREEMOTION FITNESS part number G424 or equal, 1, EA; LI 020: 480 square feet of rubber gym matting for impact protection. Must be non-porous and will not absorb water (water repellent). Must be slip resistant even when wet to insure proper footing at all times. Must have flat non-tapered edges to lie flush to any wall. Must be at least �� in thickness. Must be able to tailor overall shape of coverage to fit the room and not create a strong bad odor. (20 Each) 4' X 6' X 1/2"" BLACK RUBBER GYM MAT Iron Company part number 400102010046 or equal, 480, SQ FT; LI 021: Foam Plyometric Boxes. Must be made of soft foam and have varying heights on each side of the box. Heights that the box could be similar to 12, 20, 24, 32, 36, 40, 48 inches in height. Rouge part number RF0275 or equal, 2, EA; LI 022: Balance Trainer. Must have a burst-resistant half dome attached to a base platform for exercises and activities involving standing, sitting, and supported body weight conditioning. Must have a weight limit of 400lbs or more and be latex free. BOSU ELITE BALANCE TRAINER or equal, 1, EA; LI 023: Agility hurdle set. Must have adjustable heights and come with at least 6 hurdles in the set. Heights must be similar to 2 inches up to 14 inches, 1, SET; LI 024: Nylon sled and pull straps. Must be within Army Combat Fitness Test (ACFT) Standards(attached). Must be approximately 22 in long and 19.5 inches wide with a 92 inch pull strap and a handle on each end. Must be able to handle four 45lb plates. Color preference is black, but not required. SPUD INC. part number SPUD32 or equal, 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.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 Offerors 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. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors 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 offerors 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 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. 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. No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an ?all-or-nothing? basis. Wide Area WorkFlow Payment Instructions 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/7ebd842a178448f1914add4177cf190e/view)
- Place of Performance
- Address: Fort Bragg, SC 28310, USA
- Zip Code: 28310
- Country: USA
- Zip Code: 28310
- Record
- SN05676312-F 20200603/200601230148 (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 |