Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
SOLICITATION NOTICE

78 -- Brand Name or Equal - Woodway Desmo Elite Treadmills

Notice Date
7/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
601 South 12th Street, Arlington, VA 20598
 
ZIP Code
20598
 
Solicitation Number
HSTS01-10-Q-RES448-1
 
Response Due
7/8/2010
 
Archive Date
1/4/2011
 
Point of Contact
Name: Richard Bean, Title: Contract Specialist, Phone: 5712271152, Fax:
 
E-Mail Address
paul.bean@dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is HSTS01-10-Q-RES448-1 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 453998 with a small business size standard of $7.00M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-07-08 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Arlington, VA 22202 The DHS Transportation Security Administration requires the following items, Brand Name or Equal, to the following: LI 001, The proposed treadmill must be a brand name or equal to the salient characteristics found on a Woodway (brand), Desmo Elite (model) treadmill. An equal item acceptable for consideration must have the following physical, functional, and performance salient characteristics of the Woodway Desmo Elite: (1) shock-absorbing-rubberized slats running surface that absorbs shock at the point of impact; (2) low friction ball bearing system that places less stress on traditional mechanical and electrical parts than a conventional conveyor belt design; (3) electronic features that contain at the minimum: iPod compatibility and hookup, USB work out tracking compatibility, wireless internet connectivity with video/music streaming capabilities and optional methods for software upgrades/updates by means of compact disk or USB connection(s); (4) rubberized tread belt must average at least 150,000-200,000 miles of use before a belt replacement is required; (5) reduced maintenance and operating cost in comparison to conventional treadmills; (6) drive system designed to prevent belt slippage or catching; (7) user friendly operation of treadmill; (8) speed range starting at zero with.1 mph increments to a minimum top speed of 15 mph even with its heaviest users (approximately 450 lbs); (9) uses either 120 or 110v power supply; (10) warranty includes drive, motor and belt warranted for at least 5 years, all other components warranted for at least 3 years, and labor warranted for at least 1 year; (11) treadmill dimensions must not exceed 80 in length and 40 in width., 3, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Transportation Security Administration 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. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Transportation Security Administration is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors 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. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors 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 offerors require additional clarification, notify the point of contact or 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. In the event this procurement is a total small business set-aside, the following shall apply: For small business set-asides other than for construction or services, any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer unless the SBA has granted either a waiver or exception to the nonmanufacturer rule. In industries where the SBA finds that there are no small business manufacturers, it may issue a waiver to the nonmanufacturer rule. In addition, SBA has excepted procurements processed under simplified acquisition procedures, where the anticipated cost of the procurement will not exceed $25,000, from the nonmanufacturer rule. Waivers permit small businesses to provide any firm's product. Please see FAR 19.502-2 for more information and exceptions. For this procurement, the associated North American Industrial Classification System (NAICS) code is either 339920 with a small business size standard of 500 employees/average annual receipts or the NAICS code is 423910 with a small business size standard of 100 employees. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. a)Delivery shall require forty-eight (48) hour prior notification to the TSA Fitness Center (contact information shall be provided upon award). All deliveries shall be inside and occur during normal working business hours (between 8:00 a.m. and 4:00 p.m. local Washington D.C. time) b)Installation/set-up and clean up of all trash shall occur and be completed within one week of delivery. Delivery shall include all equipment within forty-five (45) days of award no partial deliveries are accepted. All delivery activities shall be coordinated through the COTR. The Contractor is not responsible for the removal or disposal of existing TSA fitness equipment. c)Professional equipment installers shall be utilized for the installation of equipment. Any damage caused to the equipment or the building by contractor staff/sources shall be the responsibility of that contractor. d)Delivery trucks shall be equipped with a lift gate and the driver shall be required to provide a palette jack and other necessary equipment to accommodate inside delivery and installation requirements. Delivery site is located on the 2nd floor of a federal building. Distance from loading dock to service elevator is approximately 30 yards with no steps.Delievery must take into consideration the following building conditions:Elevator frame W - 42Elevator frame H - 6Elevator inside floor W- 6.5 H - 8Elevator inside front to back 6 From elevator left turn approximately 60Left turn approximately 60After 2nd left turn approximately 22 to double wide glass doors, and 25 additional feet to double wide Fitness Center doors left turn inside Fitness Center wall to wall 65 narrows to 55 e) Delivery must be made within 45 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 45 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Vendors contacted for consideration after close of bids must provide a Specifications Document identifying all salient characteristics of the proposed treadmill that meets the aforementioned 11 salient characteristics of the Woodway Desmo Elite within 2 business days after petitioned by auction administrator. It is the vendors sole responsibility to provide a sufficient description of each salient characteristic of the proposed product. The Government will review each submitted Specifications Document and conduct a side by side comparison of the Specification Documents details with the 11 listed salient characteristics of the Woodway Desmo Elite in order to determine, at the sole discretion of the Government, whether all salient characteristics are met as previously stipulated. Proposed products that are determined by Government review to meet all 11 salient characteristics of the Woodway Desmo Elite will be considered for award. All offers are subject to Government evaluation. Firms providing most economical technically acceptable bids will be given preference. (a) Background: The Transportation Security Administration (TSA) partners with the United States Coast Guard Finance Center for financial services in support of TSA operations, including the payment of contractor invoices. Therefore, all contractor invoices must be submitted to, and will be paid by, the U.S. Coast Guard Finance Center (FinCen).(b)Invoice Submission Method: Invoices may be submitted via facsimile, U.S. Mail, or email. Contractors shall utilize ONLY ONE method per invoice submission. The submission information for each of the methods is as follows in order of preference:1)Facsimile number is: 757-413-7314The facsimile number listed above shall be used by contractors for ORIGINAL invoice submission only. If facsimile submission is utilized, contractors shall not submit hard copies of invoices via the U.S. mail. It is the responsibility of the contractor to verify that invoices are received, regardless of the method of submission used. Contractors may inquire regarding the receipt of invoices by contacting the U.S. Coast Guard Finance Center via the methods listed in subparagraph (e) of this clause.2)U.S. Mail:United States Coast Guard Finance CenterTSA Commercial InvoicesP.O. Box 4111Chesapeake, VA 23327-41113)Email Invoices:FIN-SMB-TSAInvoices@uscg.mil (cc: POC/COTR, TIM.JETER@DHS.GOV) or www.fincen.uscg.mil (c)Invoice Process: Upon receipt of contractor invoices, FinCen will electronically route invoices to the appropriate TSA Contracting Officers Technical Representative and/or Contracting Officer for review and approval. Upon approval, the TSA will electronically route the invoices back to FinCen. Upon receipt of certified invoices from a Authorized Certifying Official, FinCen will initiate payment of the invoices. (d)Payment Status: Contractors may inquire on the payment status of an invoice by any of the following means:(1)Via the internet: https://www.fincen.uscg.milContacting the FinCen Customer Service Section via telephone at 1-800-564-5504 or (757) 523-6940 (Voice Option #1). The hours of operation for the Customer Service line are 8:00 AM to 5:00 PM Eastern Time, Monday through Friday. However, the Customer Service line has a voice-mail feature that is available 24 hours per day, 7 days per week.(2)Via the Payment Inquiry Form: https://www.fincen.uscg.mil/secure/payment.htm(e)Invoice Elements: Invoices will automatically be rejected if the information required in subparagraph (a)(2) of the Prompt Payment Clause, contained in this Section of the Contract, including EFT banking information, Taxpayer Identification Number (TIN), and DUNS number are not included in the invoice. All invoices must be clearly correlate invoiced amounts to the corresponding contract line item number and funding citation. (f)Supplemental Invoice Documentation: Contractors shall submit, if specifically requested, supplemental invoice documentation (e.g. copies of certified time sheets (as applicable), subcontractor invoices, receipts over $75, signed receiving reports, travel vouchers, etc) necessary to approve an invoice along with the original invoice. The Contractor invoice shall contain the information stated in the Prompt Payment Clause in order to be received and processed by FinCen. Invoice charges shall be billed per appropriate Contract Line item Number (CLIN), period of performance and obligated funding. Unless otherwise authorized by fiscal law, funding from one CLIN may not be utilized to offset charges on another CLIN, specifically if it is different accounting and appropriation data. Supplemental invoice documentation required for review and approval of invoices may, at the written direction of the Contracting Officer, be submitted directly to either the Contracting Officer, or the Contracting Officers Technical Representative.(g)Frequency of invoice submission: Invoice shall be submitted after Government acceptance of items that conform to the requirements of this Purchase Order.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS01-10-Q-RES448-1/listing.html)
 
Place of Performance
Address: Arlington, VA 22202
Zip Code: 22202-4220
 
Record
SN02194353-W 20100703/100701235440-8f530f9ace9ed04969ecbaf02e4682fe (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.