Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2007 FBO #2071
SOLICITATION NOTICE

78 -- Wrestling Mats

Notice Date
7/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-07-Q-0014
 
Response Due
8/13/2007
 
Archive Date
10/12/2007
 
Small Business Set-Aside
N/A
 
Description
(I)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be issued. (II) This solicitation is issued under Request for Quotation (RFQ) number W912LP-07-Q-0014. All proposals shall reference the RFQ number and sh all be submitted by 8:00 a.m. local time on 13 Aug 2007. The anticipated award date is 20 Aug 2007. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-18 dated 5 July 200 7. (IV) This acquisition is reserved for a small business concern; however, the Government is accepting quotes from small business concerns and large businesses. In the event of insufficient small business concern participation, (minimum of two) award may be made to participating large business. The North American Industry Classification system code (NAICS) is 339920 with a size standard of 500. (V) Supplies and Services: Line Item 0001- Wellness Center Wrestling Mat, Qty-1 (ea); Line Item 0002, Wellness C enter Wrestling Mat Transporter, Qty-1 (ea); Line Item 0003, Large Wrestling Mats, Qty- 10 (ea); Line Item 0004, Large Wrestling Mat Transporters, Qty (20); Line Item 0005. Folding Wrestling Mats, Qty-23 (sets); (VI) Description of Requirements for the Ite ms to be Acquired: Line Item 0001 description is as follows: Minimum thickness: 1.25 inches, Size: 38 x 38, Circle in center: 28, Mat color: Black, Circle color: Light gold, Gold lettering printed in Arial font, all capital letters -IOWA NATIONAL GU ARD- printed from one end to the other in the center of the gold ring. A sample of artwork is required for end user review and approval, flat mat, seamless. Line Item 0002 description is as follows: Transporter must be steel with powder coating finish. Line Item 0003 description is as follows: Mats Size 42 X 42, Mat is to be divided into 4 equal widths for movement and storage i.e.; 10.5 X 42, Minimum Mat thickness 1.25,. Mat must be made of smooth skinned continuous roll stock expanded Poly Vinyl Chloride (PVC) closed-cell foam. Minimum of 24 mils of hot spray polyvinyl smooth surface no orange peal effect on any surface. Surfaced hot spray polyvinyl both sides top and bottom and on all edges, must be able to be used both sides (top and bottom). Must meet or exceed American Society of Testing Materials (ASTM) specifications. There should be no cross seams in the center sections. Mats must be made oversized 10% to allow for natural shrinkage of Poly Vinyl Chloride (PVC) so the total mats size will not be less than 42 X 42 after the mat is cured in its designated time. Mat markings and layout: side one, 32 competition circle with NCAA regulation referee starting lines in the center. Side two, nine 10 practice circles. Mat color: US Military Aca demy West Point Black and Gold with the field Black and the markings and layout Gold. Full 3 Year guarantee / Warranty. Mats must come with three Velcro high strength nylon straps per section for storage for each 42 X 42 Mat for a total of 12 straps per mat. Mat tubes for rolling mats must be included a 9 diameter tube equal to the length of each section made of thick cardboard or as durable material. Line Item 0004 description is as follows: Two Mat transporter carts per 42 X 42 mat must be steel wi th powder coating finish. Line Item 0005 description is as follows: Preferred size: 6 (w) x 12 (l), folding type panel mats (3 of these mats will become a mat set and will meet the minimum length requirement of 36. Minimum Foam Thickness: 1.25, desired thickness is 2. Preferred quantity is three mats per mat set in appropriate dimensions to meet the preferred size for additional versatility of use. The t otal number of mats required is 69 (23 mat x 3 mats per set). Mats must be the folding-type/panel tumbling mats for easy set-up, storage and transportation. A Velcro (hook and loop) must be on all four sides of each mat to allow interlocking connection to another mat from any side. This requires the hook on two adjacent sides and the loop on the opposite adjacent sides. This pattern must be the same for all mats. The preferred color is blue. (VII) Delivery Information- Line Items 0001 and 0002 must be d elivered to the Iowa Army National Guard, Camp Dodge Wellness Center, Bldg. PT01, located at 7105 NW 70th Ave, Johnston, IA 50131-1824. The remaining line items will be delivered to the Iowa Army National Guard, Bldg W12, 7105 NW 70th Ave, Johnston, IA 50 131-1824. All mats and mat transporters must be delivered within 45 days of award. (VIII) The following provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial (IX) 52.212-2, Evaluation-Commercial Items. The Government will award a 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. The following factors shall be used to evaluate o ffers; Past Performance and Price. Past performance will be rated approximately equal to price. The offeror shall submit not less than 5 and not more than 7 past performance references for contracts that demonstrate experience with providing wrestling mats to NCAA Division I, II, and III or NAIA College wrestling programs. The references must have established a contract that is similar to the requirement in the present solicitation in terms of size and specifications. The vendor must provide a current nam e, phone number, e-mail address or fax number for each reference. (X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items (Offerors shall include a completed copy as part of their quote or a completed registration on the ORCA website (https://orca.bpn.gov/login.aspx). (XI) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orde rs-Commercial Items. Additional FAR clauses cited within the clause are applicable to the acquisition. The following clauses are incorporated by reference: 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; 52.204-4, Printed or Copie d Double-Sided on Recycled Paper; 52.219-6, Notice of Total Small Business Set-aside; 52.219-8, Utilization of Small Business Concerns; 52.222-3 Convict Labor; 52.222-19, Child Labor- Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Seg regated Facilities; 52.222-26, Equal Opportunity; 52.222-25 Affirmative Action, 52.222-22, Previous Contracts and Compliance Reports; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party; The following claus es and provisions are also incorporated by reference: 52.252-1, Provisions incorporated by Reference; 52.252-2, Clauses Incorporated by Reference 252.226-7001 Utilization of Indian Organizations, Indian-Owed Economic Enterprises, and Native Hawaiian Small Business Concerns; The following clauses and provisions within 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) are applicable; 52.203-3, Grat uities; 252.225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Request for Equitable Adjustme nt; The following additional clauses and provisions are added in full text: 52.233-2, Service of Protest (CW4 Mark Thompson, USPFO, 7105 NW 70th Ave, Johnston, IA 50131-1824). (XIII) Changes/amendments, questions and answers, will be posted on the followi ng website: http://216.81.179.134/ebs/advertisedsolicitations.asp Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address above. All answers (on a non-attribution basis) will be contained in a document titled Ques tions and Answers. Offerors are requested to submit questions to the email address noted below not later than 4:00 p.m., 12 Aug 2007. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an ame ndment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (XIV) N/A (XV) N/A (XVI) Sign and date y our offer, the offer must be submitted to Iowa Army National Guard, USPFO-PC, Camp Dodge, 7105 NW 70th Ave, Johnston, Iowa 50131-1824, ATTN: TSgt Renee Rausch, Contract Specialist at or before 8:00 a.m., 13 Aug 2007. (XXVII) For information regarding this solicitation contact TSgt Renee Rausch, renee.berg@ia.ngb.army.mil or CW4 Mark Thompson at mark.thompson@ia.ngb.army.mil.
 
Place of Performance
Address: USPFO for Iowa Camp Dodge, 7105 NW 70th Ave Johnston IA
Zip Code: 50131-1824
Country: US
 
Record
SN01354856-W 20070729/070727221432 (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.