Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2004 FBO #0779
MODIFICATION

78 -- SR Indoor Cycling Bike

Notice Date
1/13/2004
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Regional Contracting Office Far East, PSC 557 Box 2000 Bldg 355 Camp Foster Okinawa Japan, FPO, AP, 96379-2000
 
ZIP Code
96379-2000
 
Solicitation Number
M67400-04-T-0159
 
Response Due
1/20/2004
 
Archive Date
2/4/2004
 
Point of Contact
Rieko Toma, Contract Specialist, Phone 011816117458534, Fax 011816117450969,
 
E-Mail Address
tomar.ja@mcbbutler.usmc.mil
 
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. This procurement is not a small business set-aside; any responsible source may submit an offer. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation number M67400-04-T-0159 applies and is issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-45 and Defense Acquisition Circular 91-11. The North American Industry Classification System code is 423910. The business size standard is NTE 5.0 million. The agency need is for: ITEM 0001: QTY: 100 EACH Evolution SR Indoor Cycling Bike Multi-position, rubber coated handlebars are height adjustable with a safe and easy-to-use, stainless steel, locking pop pin. Easy-to-use resistance adjustment knob with long life wool felt resistance brake pads. Fully adjustable seat position (fore and aft, up and down). Water bottle cages included. New patented Schwinn Smart Release System offers all of the benefits of a fixed gear, essential to any indoor cycling workout, while adding a unique 'coasting' feature. Corrosion-resistant stainless steel handlebars. New polyurethane transport wheels. Dimensions: 38.5"Lx24.5"Wx57.5"H Maximum Weight Capacity: 300 lbs. Part Number: Evolution SR 3710013 Mfr: Schwinn or Equal. Minimum of two (2) years warranty. Certification of the instructors be included in the quote. What type of certification for "Spining Bike Instructors" can be offered in Okinawa, Japan with the purchase of these bikes? Provide a history of past performance of the bikes and the names of other customers. To be included in the literature/specifications are: "How often do the moving parts of the bike need to be replaced? What type of adjustments has to be made to the bottom bracket and cranks? ITEM 0002: QTY: 1 EACH Freight - Estimated shipping charges to Defense Logistics Agency, Defense Distribution Depot San Joaquin, Tracy Depot, Bldg. 30 CCP, Tracy, CA 95376. DELIVERY: Defense Logistics Agency, Defense Distribution San Joaquin, Tracy Depot Bldg 30, Tracy Ca 95376. All material awarded under this contract is expected to be delivered within 30 days after the order is placed with the successful offeror. Award will be made on an ?all-or-none basis?. SOLICITATION PROVISIONS: The following provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items (Oct 2000). FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). The Government will award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered, using "Best Value Trade Off." The following factors shall be used to evaluate the offers: Technical capabilities - To include, but not limited to, type of certification offered, descriptive literature, maintenance of moving parts, type of adjustments on brackets and cranks, and warranty. Past performance - please provide names, telephone numbers, email addresses, reference numbers, make and model, and unit price of previous orders with other military agencies. Also provide the same information for orders with Military Installations overseas. Price - The prices to the Government shall be as low as or lower than those charged to the Supplier's most favored customers for comparable supplies/services under similar terms and conditions. No contract will be awarded under this solicitation at greater than fair and reasonable price. Technical capability and past performance are equal. Price is least important when compared to technical capability or past performance. Award will be made on the basis of the most advantageous proposal that meets or exceeds the acceptability standards with Technical being more important than Price. FAR 52.212-3 Offerer Representations and Certifications (Apr 2002). FAR 52.212-4 Contract Terms and Conditions ? Commercial Items and Addenda (May 2001). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Dec 2001). FAR 52.232-33 Mandatory Information for Electronic Funds Transfer Payment (May 1999). FAR 52.247-34 F.O.B. Destination (Nov 1999). FAR 52.211-6 Brand Name or Equal (Aug 1999). Offerors submitting an ?equal item? must submit descriptive literature that accurately explains the items being offered. FAR 52.214-21 Descriptive Literature (May 1999) apply to this acquisition. Full text of these provisions may be accessed on-line at http://www.arnet.giv or http://farsite.hill.af.mil. All offerors must ensure they are registered in the Central Contractor Registration (CCR) in accordance with DFARS 252.204-7004. CCR is mandatory requirement for all Government contracts. To register on line http://ccr.dlsc.dla.mil. DUNS, TIN and CAGE Code must be written on submitted quote. Payments shall be made electronically by DFAS Yokota, Japan. SUBMISSION OF OFFERS: Offers can be faxed to 011816117450969, send via email to the email address below or mail to the Regional Contracting Office, PSC 557 BOX 2000, FPO AP 96379. Offers must be received no later than 3:00 PM, JST, 05 Jan 04. Questions may be addressed to Ms Rieko Toma email at: tomar.ja@mcbbutler.usmc.mil. Commercial Tel Phone No: 011-81-611-745-8534 NO COLLECT CALLS WILL BE ACCEPTED. All responsible sources may submit a quote that shall be considered. *****
 
Place of Performance
Address: Regional Contracting Office - Far East, PSC 557 BOX 2000, Bldg 355, Camp Foster, Okinawa Japan, , FPO AP 96379
 
Record
SN00503256-W 20040115/040113212330 (fbodaily.com)
 
Source
FedBizOpps.gov 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.