SOLICITATION NOTICE
78 -- Fitness Equipment with Installation
- Notice Date
- 3/10/2025 12:12:29 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339920
— Sporting and Athletic Goods Manufacturing
- Contracting Office
- W7N3 USPFO ACTIVITY UT ARNG DRAPER UT 84020-2000 USA
- ZIP Code
- 84020-2000
- Solicitation Number
- W911YP25QA003
- Response Due
- 4/10/2025 8:00:00 AM
- Archive Date
- 04/25/2025
- Point of Contact
- Otha Henderson
- E-Mail Address
-
otha.b.henderson.civ@army.mil
(otha.b.henderson.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Solicitation: W911YP25QA003 Agency/Office: Utah Army National Guard / USPFO Delivery Location: Utah Army National Guard / 19th SF, 17800 S Redwood Rd., Bluffdale, UT 84065 Subject: Lower and Upper Body Fitness Equipment with Installation Response Due Date: 09:00 AM (Mountain) 10 Apr 25 Contracting POC: Otha Henderson; Email: otha.b.henderson.civ@army.mil . Description: *****This requirement is being solicited as a brand-name/model or equivalent total small business set-aside in accordance with FAR 6.302-1(c) and DFARS 206.302 (c)(2). Only quotes from registered small businesses in SAM.GOV will be accepted***** This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Proposals are being requested and a written solicitation will not be issued. This solicitation incorporates provisions and clauses currently in effect. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. This acquisition is being solicited as a brand name/model or equivalent total small business set aside under NAICS code 339920, sports and athletic good manufacturing and has a small business size standard of 750 employees (www.sba.gov). For vendor quotes to be considered, you must be registered in the System for Award Management (SAM) at https://WWW.SAM.GOV as a small business under this or very similar NAICS code. Wholesaler NAICS codes will not be accepted. Delivery shall occur within 90 days ARO. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. This requirement is subject to availability of funding per FAR 52.232-18. Lower Body and Upper Body Fitness Equipment: The Utah Army National Guard has a requirement to purchase nineteen individual machines for lower and upper body fitness, to include delivery and installation, as follows: line item 1 - 1 each, Hammer Strength Linear leg press � Platinum Frame/Black Upholstery, English, Item HSLLP; line item 2 - 1 each, Hammer Strength ISO Lateral Leg Press � Platinum Frame/Platinum Workrm/Black Upholstery, English, Item IL-LP; line item 3 - 1 each, Hammer Strength ISO Lateral Leg Extension � Platinum Frame/Platinum Workarm/Black Upholstery, English, Item IL-LE; line item 4 - 1 each, Hammer Strength Plate Loaded Seated Leg Curl � Platinum Frame/Platinum Workarm/Black Upholstery, English, Item PL-SLC; line item 5 - 1 each, Hammer Strength ISO Lateral Leg Curl � Platinum Frame/Platinum Workarm/Black Upholstery, English, Item IL-LC; line item 6 - 1 each, Hammer Strength ISO Lateral Kneeling Leg Curl � Platinum Frame/Platinum Workarm/Black Upholstery, English, Item IL-KLC; line item 7 - 1 each, Hip Abduction/Adduction � Platinum Clear Frame/ Black Upholstery, English, P-LB Weight Stack / Standard Rear Shroud/S Trim, Item SS-HAA; line item 8 - 1 each, Hammer Strength Plate Loaded Glute Drive � Platinum Frame/Platinum Workarm/Black Upholstery, English, Item PL-GLD; line item 9 - 1 each, Hammer Strength Plate Loaded Seated Calf Raise � Platinum Frame/Platinum Workarm/Black Upholstery, English, Item PL-CALF; line item 10 - 1 each, Hammer Strength Select Standing Calf � Platinum Frame/Platinum Workarm/Black Upholstery, English, LB, Base Rear Shroud, Item HS-SC; line item 11 - 1 each, Hammer Strength Plate Loaded T-bar Row � Platinum Frame/Platinum Workarm/Black Upholstery, English, Item PL-TBR-01; line item 12 - 1 each, Hammer Strength Seated Arm Curl � Platinum Frame/Platinum Workarm/Black Upholstery, English, Item FW-AC; line item 13 - 1 each, Hammer Strength Olympic Decline Bench � Platinum Frame/Platinum Workarm/Black Upholstery, English, Item O-DB; line item 14 - 1 each, Hammer Strength Plate Loaded V-Squat � Platinum Frame/Platinum Workarm/Black Upholstery, English, Item PL-VSQ; line item 15 - 1 each, Hammer Strength Select Hip & Glute � Platinum Frame/Platinum Workarm/Black Upholstery, English, Item HS-HG; line item 16 - 1 each, Hammer Barbell, EZCurl, Set 20-110LB, PU, 12 Side, Item HS-BB-2000-02; line item 17 - 1 each, Hammer Strength Barbell Rack � Platinum Frame, English, Item FW-BAR; line item 18 - 1 each, Hammer Strength ISO Lateral Bench Press Vertical � Platinum Frame/Platinum Workarm/Black Upholstery, English, Item IL-BPV; line item 19 - 1 each, Hammer Strength Select Fly/Read Delt � Platinum Frame/Platinum Workarm/Black Upholstery, English, LB, Base Rear Shroud, Item HS-FLY. The UTARNG prefers lift gate unloading at delivery; a loading dock is available but the delivery would need to be moved considerable distance (approximately two miles). Delivery will be on a ground floor, and there are roll up garage style doors. Debris (packing, bracing, etc.) may be disposed of on-site. Unit personnel may be available to aid with delivery; however, advanced notice of delivery is required. The UTARNG already has the weights for the plate loaded machines. New machines should have cables attached to weights incorporated into the machine and come with weights installed and organic to the machine. The EZ Curl Bar rack is listed on this description as a separate item; on the statement of work it is listed as EZ curl bars w/rack. Only new equipment will be accepted. Mixed brand names/models are acceptable; however, please clearly identify exact match and ensure complete specifications and descriptions, including correct model numbers, are provided for equivalent items. Equivalent items must meet all salient characteristics of the specific items in this solicitation, and sufficient information must be provided for a proper evaluation. The items listed above are examples. Vendors may quote exact or equivalent items, and quoted items must meet the specifications of the attached statement of work. Complete specifications must be provided if quoting other than the exact items above, and failure to provide the full specifications will result in the proposal being considered non-responsive and the proposal will not be evaluated. Contract Type / Evaluation Criteria: This RFP is subject to availability of funds per FAR 52.232-18. The contract type for this procurement will be Firm-Fixed Price (FFP) and award evaluation criteria will be based on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria for all items conforming to the minimum requirements and specifications of items listed. Offers that exceed funds availability or do not meet minimum technical requirements will not be considered for award. The offer must be registered in System for Award Management (SAM) to be eligible for award. Set-aside / FAR Regulation: Any award resulting from this solicitation will be made using a total small business set-aside order of precedence as follows: In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2. If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns. SAM Registration: All firms or individuals responding must meet all standards required to conduct business with the government, including registration with SAM and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the government. In addition to providing pricing each quote must include vendor's CAGE, Unique Entity ID Number (UEIN), federal tax number, and must include point of contact information. Prospective offerors may obtain information on registration at WWW.SAM.GOV. IAW FAR 52.204-7 and DFARS 252.204-7007 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov. Quote: Please provide your quote submission to the United States Property and Fiscal Office (USPFO) Purchasing and Contracting (P&C) Division no later than 0900 AM (Mountain) 10 April 2025. All submissions should be sent via email to: otha.b.henderson.civ@army.mil . Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d95d08fccf7448f3ba33a01efc8dbea5/view)
- Place of Performance
- Address: Bluffdale, UT 84065, USA
- Zip Code: 84065
- Country: USA
- Zip Code: 84065
- Record
- SN07366970-F 20250312/250310230047 (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 |