Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
SOLICITATION NOTICE

65 -- FITMATE PRO ELECTRONIC ERGOMETER

Notice Date
9/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
 
ZIP Code
09180
 
Solicitation Number
W9114F09T0165
 
Response Due
9/23/2009
 
Archive Date
11/22/2009
 
Point of Contact
gloria asowata, 011496371868470
 
E-Mail Address
European Regional Contracting Office
(gloria.asowata@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items 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. (ii) Solicitation number W9114F-09-T-0165 issued as a request for quotation (RFQ). (iii) Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. (iv) Not a set-aside. North American Industry Classification System (NAICS) code for this solicitation is 423450. (v) The Europe Regional Contracting Office has a requirement to purchase Fitmate Pro Electronic Ergometer Control.Description of the requirements for the items to be acquired 00017 Each FITMATE PRO ELECTRONIC ERGOMETER CONTROL BRAND NAME OR EQUAL POWERFUL RE-TEST RELIABILITY USING HR-VO2 CONTROL FOR ULTIMATE VO2MAX AND SUB-MAX ACCURACY. 220VOLT. The system specifications should include the necessary fittings for both the exercise and resting assessments. There are 2 separate flowmeters 1 for exercise VO2 max 28 mm, 1 for resting VO2 max 18 mm. Must have the ability to not only measure an exercise response to oxygen uptake, but a resting one as well i.e., RMR. VO2max, submax V02 and Anaerobic Threshold. Nutritional Assessment REE, RMR FOB Destination 00027Each FITMATE STARTPAKET BRAND NAME OR EQUAL C030590211 FITMATE STARTPAKET Including 50 RMR MASK 20 PEDOMETER POSTER, 50 FLYER WEIGHT MANAGEMENT, 50 FLYER METABOLIC TRAINING FOB Destination 00037Each MANUAL 2 COPIES OPERATOR MANUALS AND 2 COPIES SERVICE/MAINTENANCE MANUALS WITH SCHEMATICS IN ENGLISH. FOB Destination CLAUSES INCORPORATED BY REFERENCE 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment SEP 2006 52.211-6 Brand Name or Equal AUG 1999 52.212-1 Instructions to Offerors-Commercial Items JUN 2008 52.212-4 Contract Terms and Conditions-Commercial Items MAR 2009 52.214-34 Submission Of Offers In The English Language APR 1991 52.222-19 Child Labor Cooperation with Authorities and Remedies AUG 2009 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.232-38 Submission of Electronic Funds Transfer Information with Offer MAY 1999 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.247-34 F.O.B. Destination NOV 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.225-7041 Correspondence in English JUN 1997 252.225-7042 Authorization to Perform APR 2003 252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997 252.229-7001 Alt I Tax Relief (Jun 1997)Alternate I JUN 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7008 Assignment of Claims Overseas JUN 1997 252.232-7010 Levies on Contract Payments DEC 2006 252.233-7001 Choice of Law Overseas JUN 1997 CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (SEP 2009) DEVIATION 52.252-2 CLAUSES INCORPORATED BY REFERENCE FEB 1998 This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also,the full text of a clause may be accessed electronically at this/these address(es) http://www.arnet.gov/far; http://www/farsite.hill.af.mil/ 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS JUL 2009 DEVIATION 252.225-7043 ANTITERRORISM/FORCE PROTECTION POLICY FOR DEFENSE CONTRACTORS OUTSIDE THE UNITED STATES MAR 2006 ADDENDUM TO 52.212-1 INSTRUCTIONS TO VENDORS Factor I - Technical. The vendors quote shall show compliance with the 12 salient characteristics in the table below: Salient characteristicsStandardStandard AcceptableUnacceptable 1. Perform fitness assessment and functional evaluation on individuals 2. Manages a standardized measurements important for the assessment of the overall fitness status 3. Able to elaborate programs for weight reduction 4. Manages data, test and stores all information inside its internal memory 5. Direct measurement of V02max during and up to maximal exertion incremental exercise protocol 6. Internal memory capable of storing about 300 test 7. Able to automatically generate editable report that includes the options for specifying the kind of exercise and profile to improve. 8. Oxygen consumption is able to measured sampling expired gas with a 30 seconds or more average time. 9. Ability to not only measure an exercise response to oxygen uptake, but a resting one as well (i.e., RMR). 10. The systems are set up for a reusable mask system vice a disposable system. 11. The system specification shall include the necessary fittings for both the exercise and resting assessments. There are two separate flow meters (1 for exercise VO2 max = 28 mm, 1 for resting V02 max = 18 mm). 12. V02max, sub-max V02 and Anaerobic Threshold and Nutritional Assessment (REE, RMR) Failure to receive an acceptable rating of any of the twelve technical subfactors will result in an unacceptable technical rating unless the error(s), deficiency (ies) or omission (s) can be corrected. All CLINs shall be priced. If you fail to price all CLINs, your quote will not be considered Factor II Price. The Government will select the quote that is based upon the lowest evaluated price, technically acceptable quote. Quotes shall describe how your system contains the twelve salient characteristics and is an equal to the (FITMATE-ELECTRONIC ERGOMETER ELECTRONIC OFFERS. Vendors may submit electronic quotes in response to this RFQ. The quote must arrive by the time specified in the RFQ to the following email address: gloria.asowata@amedd.amedd.army.mil Vendors may call Gloria Asowata 06371-86-8470 to verify receipt of the quote. If the vendor chooses to email the quote, the Government will not be responsible for any failure of transmission or receipt of the quote, or any failure of the vendor to verify receipt of the emailed quote. QUESTIONS. Prospective vendors are strongly encouraged to submit any questions regarding this RFQ two days before closing date of quote submission by e-mail to gloria.asowata@amedd.army.mil or Fax 06371-86-8070. All questions received will be answered officially through an amendment for distribution to all prospective vendors. This is a commercial item under FAR Part 12 and the acquisition procedures to be used for this purchase will be in accordance with FAR Part 13. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.arnet.gov/far; http://www/farsite.hill.af.mil/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F09T0165/listing.html)
 
Place of Performance
Address: European Regional Contracting Office ATTN:MCAA E, Building 3705 Landstuhl, Germany APO AE
Zip Code: 09180
 
Record
SN01957768-W 20090918/090917001327-3f968e99f4485e24139443e34895ddc3 (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.