Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2009 FBO #2862
SOLICITATION NOTICE

78 -- Exercise Equipment

Notice Date
9/23/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423910 — Sporting and Recreational Goods and Supplies Merchant Wholesalers
 
Contracting Office
ACA, Maneuver Support Center and Fort Leonard Wood, Directorate of Contracting, P.O. Box 140, Fort Leonard Wood, MO 65473-0140
 
ZIP Code
65473-0140
 
Solicitation Number
W911S7-09-T-0475
 
Response Due
9/28/2009
 
Archive Date
11/27/2009
 
Point of Contact
David Westall, 573-596-0252
 
E-Mail Address
ACA, Maneuver Support Center and Fort Leonard Wood
(david.westall@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested for the required items and no written solicitation will be issued. Solicitation number W911S7-09-T-0475 is issued as a request for quotation (RFQ).This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36 10 September 2009. This combined synopsis/solicitation is issued Subject to Availability of Funds in accorcance with FAR 52.232-18 Availability of Funds. This is a total (100%) Small Business set-aside under NAICS 423910 with a size standard of 500 employees. Ft. Leonard Wood MO requires the following items: 0001: Kettlebell/dumbell rack to hold 0002; Kettlebell part #FG1742 or equal; 2 each. 0002: Kettlebell Set; set consisting of 1 each10lb; 12lb; 15lb; 18lb; 20lb; 25lb & 30lb Vinyl coated kettlebell; Kettlebell part #FG1903 or equal; 2 each. 0003: Manual Rowing Machine; LED dispays heart rate profile, time, energy consumption, strokes per minute, heart rate, real time, humidity, room temperature, manually controlled brake, seat and foot adjustment; Tunturi part #FG1119 or equal; 3 each. 0004: Stair Climber; 30-156 steps per minute, 8 inch steps, water bottle holder and accessory tray, speeds varying from 24-162 steps per minute, telemetry Heart Rate monitoring; LED display console; Stairmaster part #SM916 or equal; 2 each. 0005: Dumbbell Set: 5-50 lb dumbbell set, vinyl covered, 5 lb increments, Iron Grip or equal; 2 each. 0006 Dumbbell Set: 55-100lb dumbbell set, vinyl covered, 5 lb increments, Iron Grip or equal; 1 each. All items FOB Destination. This acquisition is a Brand Name or Equal in accordance with FAR 52.211-6. All items referenced are for illustrative purposes only. All items may be viewed on the referenced vendors respective websites. Vendors must quote the brand name or the equivalent of the brand name to be considered for award. To be considered for award offerors of equal products must meet all of the salient characteristics listed above. Vendors must clearly identify the offered item by brand name, make or model number, provide descriptive literature such as illustrations; specification sheets that clearly demonstrate that the offered item meets the salient characteristics listed above. Vendors must clearly describe any and all modifications to the offered item that will make it conform to the salient characteristics listed above. The contracting Officer will evaluate equal products on the basis of the information provided by offerors. Unless the offeror clearly indicates in its quote that the item being offered is an equal product the offeror shall provide the brand name item specified in this solicitation. The following FAR provision is incorporated into this RFQ: 52.211-6 Brand Name or Equal. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regula tion Supplement (DFARS) provisions and clauses are incorporated by reference: FAR 52.204-7 Central Contractor Registration,FAR 52.211-6 Brand Name or Equal, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.232-18 Availability of Funds, 52.219-6 Notice of Total Small Business Set-Aside, DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate, DFARS 252.225-7001 Buy American Act, DFARS 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.204-7004 Alt A Central Contractor Registration; FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items;; FAR 52.252-1 Solicitation Provisions Incorporated by Reference. FAR 52.252-2 Clauses Incorporated by Reference (provisions and clauses may be accessed at http://www.farsite.hill.af.mil,http://www.arnet.gov/far, http://www.acq.osd.mil/dpad/dars/dfars/index.htm, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests. OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. Offerors are required to provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR) and willing to register in Wide Area Work Flow. All vendors must have a current Central Contractor Registration (CCR). Quotes are due no later than 11:00am Central Daylight Time on 28 September 2009. Quotes shall be submitted via e-mail to david.westall@us.army.mil. or via USPS or commercial deliver service to: MICC-DOC Ft. Leonard Wood, ATTN: David Westall; 561 Iowa Ave., Ft. Leonard Wood MO 65473-0140. All quotes shall reference solicitation number W911S7-09-T-0475 in the subject line. The point of contact for this solicitation is David Westall, Contract Specialist; phone (573) 596-0252 (collect call will not be accepted) or via e-mail at david.westall@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ23/W911S7-09-T-0475/listing.html)
 
Place of Performance
Address: ACA, Maneuver Support Center and Fort Leonard Wood Directorate of Contracting, P.O. Box 140 Fort Leonard Wood MO
Zip Code: 65473-0140
 
Record
SN01968147-W 20090925/090924002124-dc924f1ced17de12f816a4ac80dd0806 (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.