Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SOLICITATION NOTICE

78 -- THOR3 Expansion Equipment

Notice Date
9/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
602nd SCCT, Fort Carson, CO 80913
 
ZIP Code
80913
 
Solicitation Number
W911RZ-12-T-0232
 
Response Due
9/7/2012
 
Archive Date
3/6/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
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, as supplemented with additional information included in this notice.The solicitation number is W911RZ-12-T-0232 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 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 339920 with a small business size standard of 500.00 employees.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 2012-09-07 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Carson, CO 80913 The MCC Joint Base Lewis McChord - ICO Carson requires the following items, Exact Match Only, to the following: LI 001, Weightlifting 1/2 Racks Commercial grade half- lifting rack, 7 or 11 gauge steeL with minimum ht of 8 ft, uprights minimum 3.5 ft apart, adjustable uprights, low safety bars, wear guards on safety arms, Olympic plate storage, multi-grip pull-up bar, safety catches, dip attachment, ban anchoring attachments, outward rack attachments, technique trays/scoops.Black on gray in color with scratch resistant paint., 10, EA; LI 002, Olympic Platform w/ extension Minimum 6'x8' with extension to fit with power rack. 3.5" high with two piece oak center section for easy assembly Minimum 14 gauge black outside steel frame. 10th SFG(A) logo, clear, non-yellowing, high gloss finish, 10, EA; LI 003, Utility Bench, 0-80 degrees Commercial grade multipurpose bench, 600 lb minimum wt capacity, compatible with standard half and full multipurpose racks, 0-80 angle locking, >5 angles, <2 inch gap between pads, wheels and handle for easy movement, minimum 12? width back pads. Black in color. Black vinyl, gray metal in color, 16, EA; LI 004, "Rhino" Reverse Bar Catches Double pin design fits into two laser cut safety slots in Power Lift power racks for maximum strength and safety. Solid one piece design formed from poured steel. Black in color Lined with UHMW plastic to protect tubes. 20 lbs., 4, EA; LI 005, High rotation attachment High Rotation Attachment attaches to the uprights on all Power Lift racks. Sleeve must accept any Olympic bar, Black coat finish. 10lbs per pair Black in color, 6, EA; LI 006, Large horizontal bumper plate rack Length: 67?, width 15", Height 13", weight 50 lbs, color black Handle on front and wheels on back. Holds 2 ?25 kg, 2 ? 20 kg, 2 ? 15 kg, 2-10 kg, Black in color, 8, EA; LI 007, Free standing chalk bowl Length 24?, width 24", Height 42", weight 44 lbs, color black Bowl Dimensions: 16? Diameter White polyethylene plastic bowl on black, steel frame Black metal in color, 6, EA; LI 008, 3 Tier Dumbbell rack 3 Tier modular dumbbell rack must hold 15 pairs of dumbbells utilizing saddle holders for the dumbbells. Length: <98?, depth <28", Height <38", color black 2 or more units must be able to be connected and share existing end pieces Black in color, 3, EA; LI 009, 2 station Pulley Unit Combo Station (Lat / Row) and Adjustable Cable Column 300lbs stack on each side Seated & Low Pull, and Adjustable Cable Column Black in color, 2, EA; LI 010, Rack connector/pull up bars 2" diameter steel. Custom length Attachment for rings, pull ups, bands and straps Only designed by Power lift for Power Lift equipment Black in color, 6, EA; LI 011, Shipping and Installation Shipping Address: HHC 10th SFG (A) Attn: CW4 Bryan Williams Bldg 7465 Fort Carson, CO 80913 Phone: 719-524-3218 Installation location will be detmined by the GOVT POC listed above, 1, LOT; 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, MCC Joint Base Lewis McChord - ICO Carson 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. MCC Joint Base Lewis McChord - ICO Carson 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. 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 System for Award Management(SAM) database before an award can be made to them. If the offeror is not registered in the SAM, it may do so through the SAM website at http://www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.204-99 System for Award Management, 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 https://www.acquisition.gov/far/. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to nicholas.c.moses.mil@mail.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The following factors shall be used to evaluate offers: Award will be made on the basis of lowest price and minimum specifications solicitied. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. The following DFAR clauses shall apply: 252.211-7003 ALT I (Item Identification and Valuation) (Aug 2008), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders) (Sep 2008), 252.225-7001 (Buy American Act and Balance of Payments) (Jun 2005), 252.225-7002 Qualifying Country Sources as Subcontractors, 252.232-7003 (Electronic Submission of Payment Requests) (Mar 2008) The Contractor shall provide a signed copy of the Buy American Act certificate with their quotes. A copy of the clause 252.225-7001 can be viewed at http://farsite.hill.af.mil/VFDFARA.HTM. All invoices shall be submitted and uploaded via Wide Area Workflow in accordance with DFARS 252.232-7003. Information is available at https://wawf.eb.mil/. FOB Destination terms apply to this acquisition. The quotation price shall include all shipping and handling charges. Shipping and/or handling charges shall not be listed in the quotation as a separate line item entry. Applicable shipping or handling charges shall be included into the unit/extended price. The following clauses will be in the contract and may be viewed at http://farsite.hill.af.mil/: 52.204-99 (System for Award Management), 52.212-4 (Contract Terms and Conditions ? Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items), 52.219-6 (Notice of Total Small Business Set Aside), 52.219-28 (Small Business Representation), 52.222-3 (Convict Labor), 52.222-21 (Prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-50 (Combat Trafficking in Persons), 52.232-33 (Payment by Electronic Funds Transfer ? Central Contractor Registration),52.225-13 (Restrictions on Certain Foreign Purchases), 52.247-34 (FOB Destination), 52.252-2 (Clauses Incorporated by Reference). The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. The following provisions will be in the contract and may be viewed at http://farsite.hill.af.mil/ : 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation- Commercial Items), 52.212-3 (Offeror Representations and Certifications- Commercial Items) (Jun 2008). The Government will not accept re-manufactured or repaired equipment. The following AFARS clauses are applicable to this acquisition: 5152.209-4000DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, ?DoD Antiterrorism (AT) Standards,? dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer?s Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. AMC-LEVEL PROTEST PROGRAM (NOV 2008): If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapel Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/891c7489370691fc853e817118dfc5f5)
 
Place of Performance
Address: Fort Carson, CO 80913
Zip Code: 80913
 
Record
SN02866986-W 20120906/120905000910-891c7489370691fc853e817118dfc5f5 (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.