Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2009 FBO #2606
SOLICITATION NOTICE

78 -- GYM Equipment

Notice Date
1/12/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, MICC Fort Lewis, Bldg 2015 Box 339500, Fort Lewis, WA 98433
 
ZIP Code
98433
 
Solicitation Number
W88009-09-Q-30100
 
Response Due
1/22/2009
 
Archive Date
7/21/2009
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
Bids are being solicited under solicitation number W88009-09-Q-30100. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 101957. GSA Schedule Bids Preferred, But Not Required: Sellers may either provide a GSA Schedule or an Open Market bid. If bidding with a GSA Schedule, the requested items must be on that Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-01-22 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Lewis, WA 98433 The USA ACA Fort Lewis requires the following items, Meet or Exceed, to the following: LI 001, Treadmill: Speed range 0.5-12 mph, in 0.1 mph increments, elevation range of 0-15% grade, in 0.5% increments, accommodate running loads up to 400lbs., walker area 22X60 inches (56x152.5cm), 137cm.; Same or Equal to Nautilus T914 Commercial Series Treadmill, 2, EA; LI 002, Elliptical Trainer: Electronically controlled, 20 resistance levels ranging from 20 watts (level 1 at 20 RPM) to 650 watts (level 20 at 100 RPM), non-slip cushioned pads,large radius welded. thick-walled steel tube. Same or Equal to: Nautilus Fixed Stride E916 Elliptical, 4, EA; LI 003, Stationary Bike: Smooth Magnetic Resistance System; Computer with Power Output Tracking; Adjustable Shimano Combo Pedals for either toe clips or clip in; Water Bottle Holder; Dual Placement Comfort Handles. Adjustable Handlebar; Four-Way Adjustable Seat Position (Up, Down, Forward, and Backward); Transportation Wheels; Belt Drive System; Anti-Slip Belt (Requiring No Adjustment) Non Wear Magnetic Resistance; Adjustable Handlebar Height; Adjustable Resistance Type; Dual sided SPD Cleat and Toe Clip Pedals; 275 Lbs Max weight per User ; Warranty Same or Equal to Keiser M3 Indoor Cycle, PB#6917P., 2, EA; LI 004, Rower Machine: Includes: Performance Monitor with rechargeable battery pack; 20 inch frame height, positioning you at a comfortable seat height; One-piece leg design offers stability and a solid feel; chain drive;chain housing; Powder-coated frame; Long reach monitor holder; Flywheel design; Easy spiral damper controls; Ergonomic handle promotes natural arm and hand position; Aluminum rail capped with a stainless-steel track for smooth movement of the seat; Flexfoot footrests adjust for quick and easy sizing. Compact storage: Machine separates easily into two parts for transport and storage; Caster wheels.Same or equal to Concept 2 Rower. Model E, 1, EA; LI 005, Decline Bench: Multi-Angle Adjsutable Bench; W 30" H 29" Bench; Foot Locks. Same or Equal to BFS Item #408009, 1, EA; LI 006, Olympic Military/Shoulder Press: with Seat; Adjustable back pad; Dimensions: L-36" W-48" H-57"; Same or Equal to BFS Item #408004, 1, EA; LI 007, Arm Curl Bench: Adjustable seat for ideal positioning; Convenient barbell supports; Compact, sturdy design; Dimensions: L-42" W-30" H-36"; Same or Equal to BFS Item #400011, 1, EA; LI 008, Flat Bench with Incline: Easily adjusts from Flat to Military: 0, 30, 35, 45, 85 degrees; Dimensions: L-51" W-30" H-18"; Heavy-duty: Same or Equal to BFS Item #400007, 2, EA; LI 009, Lifting Platform: Varsity Power Clean Paltform; 11/2 inches of soldid rubber, dimensions 6ft x 8ft x2 in., Same or Equal to BFS Item #400054, 1, EA; LI 010, 3-Way Hip Sled: Innovative Design with optimal 45-degree angle; Built tough: Heavy-duty 11-gauge steel with massive 7-gauge channel; Space-efficient design with weight holders under carriage; Dimensions: L-94" W-36" H-60"; Same or Equal to BFS Item #400020, 1, EA; LI 011, Straight Bars: Power Squat Bar, Center Knurling for No-Slip Squatting; Yield strength: 135,000 - 165,000 PSI; Same or Equal to BFS Item #340064, 2, EA; LI 012, EZ Curl Bars: Chrome finish, 2" rotating sleeves 1" shaft; Same or Equal to BFS Item #320085, 2, EA; LI 013, Collars: Spring Lock Collars; Quick and easy to use with plastic hand grip area; Chromed Steel; Same or Equal to BFS Item #320087, 10, EA; LI 014, Weight Storage Rack: Olympic Plate Rack, W 18" H 30"; No Plates; Same or Equal to BFS Item #400044, 5, EA; LI 015, Weight Storage Rack: Bumper Plate Rack No Plates; W 18" H 30"; No Plates included; Same or Equal to BFS Item #400045, 1, EA; LI 016, Weight Storage Rack: Plate Tree, W 18" H 42"; No Plates included; Same or Equal to BFS Item #400062, 1, EA; LI 017, Weight Bar Set: Weight + Bar Set; Total Weight 400lb; One - Power Squat Bar; Four - 45 lb. Plates; Two - 35 lb. Plates; Two - 25 lb. Plates; Two - 25 lb. Plates; Two - 10 lb. plates; Four - 5 lb. Plates; Two - 2.5 lb. Plate; Four - 1.25 lb. Plates; One Pair - Mega Grip Collar; Same or Equal to BFS Item #312067 and BFS Item #312068, 4, Set; LI 018, Weight Bar Set: Weight Bar Set, Total Weight 400lb; One - Power Squat Bar; Six - 45 lb. Plates; Two - 35 lb. Plates; Two - 25 lb. Plates; Two - 25 lb. Plates; Four - 10 lb. plates; Two - 5 lb. Plates; Two - 2.5 lb. Plate; Four - 1.25 lb. Plates; One Pair - Mega Grip Collar; Same or Equal to BFS Item #312067 and BFS Item #312069, 3, Set; LI 019, Bumper Weights: Bumper Weight Plates One Pair of 45 LB brightly colored bumper plates with a cast iron center and permantly attached rubber rims, Same or Equal to BFS Item # 340345, 1, Pair; LI 020, Weight Plates: Set of Weights Total Weight 2400 Lbs; Set is to enclude the following: 20 Each at 45 Lbs, 20 Each at 35 Lbs, 20 Each at 25 Lbs, 20 Each at 10 Lbs, and 20 Each at 5 Lbs., 1, Set; LI 021, Chin/ Dip Station: Chin/Dip/Vert Knee Raise, Dimensions: L-60" W-48" H-83"; Same or Equal to BFS Item #400032, 1, EA; LI 022, Cable Crossover: Adjustable Cable Crossover; 12-position, super smooth pulleys; Angled chin-up bar with handles; Stabilizing handles ensure perfect form; With 200-lb. weight stack; (100 lbs. resistance per side with 5 year warranty); Dimensions: L-156" W-35" H-89" ; Same or Equal to BFS Item #408102A, 1, EA; For this solicitation, USA ACA Fort Lewis intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Lewis is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bidders protesting bids or any subsequent purchase orders shall follow the procedures in Federal Acquisition Regulations Part 33. Protest shall be mailed to Mission and Installation Contracting Command, Enterprise and Operations, Army Contracting Command, Attn: Chief Commercial Items Division, Building 2015, MS19, Fort Lewis, Washington 98433-5500 Contact ClientServices @ FedBid.com or call 1-877-9FEDBID to address any questions. Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected as non-responsive. Quote MUST be good for 30 days after Reverse Auction closing date. New equipment/parts only. No remanufactured products. The contract price includes all applicable Federal, state, and local taxes and duties. FOB Destination CONUS (Continental U.S.) The contractor shall stamp or mark the supplies delivered or otherwise furnish notice with the supplies of the existence of a warranty. Markings shall include (i) a brief statement that a warranty exists, (ii) the substance of the warranty, (iii) its duration, and (iv) who to notify if the supplies are found to be defective. a. The Contracting Officer (KO) at Fort Lewis is the only person authorized to approve changes or modify any of the requirements under this contract, and notwithstanding anything contained elsewhere in this contract, the said authority remains solely with the KO. In the event the Contractor or contract employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the contract price under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof. Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Current access information may be obtained by calling (253) 967-1733. (a) Unless the contractor voluntarily participates in the Fast Access Gate Program commercial vehicle access to Fort Lewis will be allowed only at the Logistics Center Gate (Exit 123 from I-5) and through the D St. Commercial Vehicle Inspection Point on North Fort. Both gates are open Monday through Friday, excluding federal holidays. These gates will be open for inbound commercial vehicle access and inspection between 0530 hours and 2100 hours. These gates may be closed on weekends (Saturdays and Sundays) and federal holidays. On Saturdays, Sundays, federal holidays, and on other days on which these gates are closed, commercial vehicles must use the Main Gate (Exit 120 from I-5). Main Gate is open 24 hours per day everyday. A visitor pass must be obtained. All commercial vehicles will be searched. The Contractor should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Fort Lewis. If the commercial vehicle is carrying a load of cement concrete or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority.On weekends large vehicles (needing greater than 12'-5" clearance) will require a time stamped "searched" label to gain access to North Fort Lewis. "Searched" labels will be issued at the Main Gate, as appropriate. Drivers needing access to North Fort Lewis must inform the gate guard that their vehicle is over 12'-5" in height and that they will require access to North Fort Lewis. The driver will receive a briefing on proper procedures and a "searched" label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the procedures as explained to them for access to North Fort Lewis. THE FOLLOWING INFORMATION IS PROVIDED TO ASSIST YOU, AND WILL HELP TO EXPEDITE PAPERWORK AND PAYMENT. a. Only one delivery will be accepted against each line item. Backorders will NOT be accepted on individual line items. b. Deliver on or before date specified. Deliveries will be accepted Monday through Friday (except Holidays) from 7:30 A.M. to 2:30 P.M. to Block 15 of the Purchase Order. Notify the individual in Block 16 of any delay encountered (due to strikes, factory backorders, etc.) and give revised delivery date if possible. c. Mark outside of all cartons. Put packing list inside cartons. Show the order number assigned, the PR number shown at the end of each item, and the quantity shipped. All items will be identified by the part number by attached tag and/or stamped identification. d. On direct shipments, have the supplier or manufacturer cite our order number on packages. This eliminates delay caused by trying to determine the firm awarded the original order. Proposed responders must submit any questions concerning this quote at least 5 days prior to the established closing date to reasonable to expect a response from the Government. Those questions not received within the proscribed date will not be considered. Offers will be evaluated based on price and technical acceptablibity. Quoters certifies that the product quoted meets or exceeds all minimum requirements as stated in the quote. Unless otherwise specified in this contract, the contractor shall obtain any necessary licenses and permits, give all notices, and comply with any applicable Federal, State, County, and municipal laws, codes, and regulations in connection with this contract. The contractor shall not hire any individual to perform work on Fort Lewis or any other Government installation under this contract unless such individual is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. The contractor shall comply with 8 USC 1324a, 8 CFR Part 274a, and any other laws and regulations pertaining to the employment of aliens. The contractor shall, upon request by the Contracting Officer, present documentary evidence acceptable to the Contracting Officer that the employee(s) named or identified in the request is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. Such documentation shall be presented to the Contracting Officer within three (3) working days after the contractor's receipt of the request for documentation. If acceptable documentary evidence is not provided within the required time, the contractor shall not allow the affected employee(s) to perform work on Fort Lewis or any other Government installation under this contract until after such acceptable documentary evidence is presented to the Contracting Officer. Removal of any employee(s) from performance of work pursuant to this provision shall not relieve the contractor of the responsibility to perform all work under this contract in a timely manner. CI DIVISION INSTRUCTION 26 - INFORMATION MANAGEMENT OFFICER (IMO) The Contractor will appoint an IMO to be the liaison between the Contractor and Government communication personnel. All requirements to the Directorate of Information Management (DOIM) will be coordinated through the IMO. The following clauses and provisions apply to this quote. FARs: 52.252-1, 52.252-2, 52.204-7, 52.213-1, 52.212-1, 52.212-3, 52.212-4, The Following Clauses in 52.212-5: 52.203-6, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, and 52.232-33; 52.247-34; 52.223-3. DFARs: 252.204-7004 Alt4. 252.211-7003 Alt A, 252.232.7003, 252.246-7000, 252.212-7000, The following clauses in 252.212-7001: 52.203-3, 252.225-7012, 252.225-7021, 252.243-7002, 252.247-7023, 252.247-7024
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cac3345f98e054d55da95a0747e3d0ff&tab=core&_cview=1)
 
Place of Performance
Address: Fort Lewis, WA 98433<br />
Zip Code: 98433<br />
 
Record
SN01730558-W 20090114/090112214822-cac3345f98e054d55da95a0747e3d0ff (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.