Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 10, 2014 FBO #4520
SOLICITATION NOTICE

78 -- THOR 3 Fitness Equipment

Notice Date
4/8/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
W91DHM4066C520
 
Archive Date
5/6/2014
 
Point of Contact
Brittany C. Black, Phone: 9103960552, Gloria Harris, Phone: 910-432-6978
 
E-Mail Address
brittany.c.black@us.army.mil, harrisgl@soc.mil
(brittany.c.black@us.army.mil, harrisgl@soc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Special Operations Command (USASOC), as part of the THOR3 (Tactical Human Optimization, Rapid Rehabilitation & Reconditioning) Program has a BRAND NAME requirement for: Power-Lift RS2 8' Power Rack with compatible components. Manufacturer is Power-Lift. The Government will not award separately. Vendors must be able to provide all items under this RFQ. This solicitation will be the RFQ. 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. This combined synopsis/solicitation incorporates provisions and clauses in accordance with Federal Acquisition Circular (FAC) FAC 2005-72, January 30, 2014. North American Industrial Classification Code (NAICS) 339920 applies to this procurement. This procurement will be 100% small business set-aside. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Items called for by this request for quotation have been identified by a "brand name" only description. Items below can be identified by their corresponding Power-Lift part number. REQUIREMENT and ITEM SPECIFICATIONS: The US Army Special Operations Command (USASOC) and the 95th CAB THOR3 Program require the following items: CLIN 0001: Weightlifting full rack/cage; POWER-LIFT (PWR-8RS2): Quantity - 6 each Commercial grade full-size lifting rack/cage, 7 gauge steel uprights with height of 8 ft, uprights minimum 3.5 ft apart, adjustable low safety bars, wear guards on safety arms, Olympic plate storage, multi-grip pull-up bar, band anchoring attachments, band and chain storage, technique trays/scoops. CLIN 0002: Reverse Rhino Hook Bar Catches, POWER-LIFT (RRBC): Quantity- 6 pair Solid one piece welded design. Single pin design, that fits through upright tubing of rack. Lined with UMHW plastic to protect metal tubing. Dimensions: Height 10-12", Width 10-12", Length 3-5" Reverse Rhino Hook must be compatible with Power Lift 8' RS2 Rack. CLIN 0003: Reverse Spot Bars, POWER-LIFT (RSSB): Quantity- 6 pair 7-11 Gage steel. 2 x 3" tubing. Top of spot bar must be covered with UMHW plastic to protect reverse spot bar from bar ware. Reverse bar catch must be compatible with Power Lift 8' RS2 Rack. CLIN 0004: Reverse Technique Trays, POWER-LIFT (RTT): Quantity- 6 pair Must have a double pin design that fits onto a 3" x 4", 7 gage steel tube upright. Must have handles and grip to aid in adjustment. Reverse Technique Trays must be rubber coated to prevent damage to bumper plates. Reverse Technique Tray must be compatible with Power Lift 8' RS2 Rack. CLIN 0005: Rotating Utility Pad, POWER-LIFT (RUP): Quantity- 6 each Must have a single pin design that fits onto a 3" x 4", 7 gage steel tube upright. Must have foam pad that rotates freely. Rotating Utility Pad must be compatible with Power Lift 8' RS2 Rack. CLIN 0006: High Rotation Attachment, POWER-LIFT (HRA): Quantity- 6 each Must be able to bolt to a 2 x 3" upright tubing of squat rack and be compatible with a standard Olympic barbell to allow pulling and rotational movements to be performed. High Rotation Attachment must be compatible with Power Lift 8' RS2 Rack. CLIN 0007: Multi Angle DB Bench, 0-90 degree, with spotter steps, POWER-LIFT (PDBB): Quantity - 6 each Commercial grade multipurpose bench, 600 lb minimum wt capacity, compatible with standard half and full multipurpose racks, 0-90 angle locking, >5 angles, <2 inch gap between pads, 2 inch foam pad, wheels and handle for easy movement, minimum 12" width back pads. CLIN 0008: Connecting Brace with Chin Up Handle, POWER-LIFT (CBCH-C): Quantity- 5 each Must be able to connect two power racks together using a 4 bolt plate mount. Must be 6-8' in length. Must have sphere and neutral grip pull up handles on one side and straight chin up handles on the opposite side. Must be compatible with Power Lift 8' RS2 Rack. CLIN 0009: Rotating Chin Up Handle, POWER-LIFT (RCH-B): Quantity- 6 each Needs to be made of 2 x 2" 12 gage steel. Handles must have pivoting locking mechanism to prevent handles from rotating when not desired. Handles must be able to rotate 360 degrees. Must be compatible with Power Lift 8' RS2 Rack. CLIN 0010: 2 Tier Dumbbell Storage Rack, POWER-LIFT (MDB2-10): Quantity - 1 each Commercial grade, 7 and 11 gauge steel, 2"X 3" square tubes, solid steel caps to hold dumbbells, holds 10 pairs dumbbells, with dumbbell saddles to prevent dumbbells from rolling or moving. Dimensions should be 96-98" in length, height should be 36-39", and depth should be 25-28". CLIN 00011: Med Ball/Kettle bell/Plate Storage rack w/wheels, POWER-LIFT (MBR/KBR) Quantity - 3 each Commercial grade, heavy duty, 2 tier storage system with wheels for easy movement. Holds at least 10 14" medicine balls or 20 kettle bells. Dimensions: Height: 38-42", Length: 96-100", Depth: 28-32" DELIVERY: Desired delivery date is 30 Days ARO to Fort Bragg NC 28310. FOB Destination shall be to the following locations: Fort Bragg, NC. CLAUSES: The following Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS) and USOCOM Supplement provisions and clauses are hereby incorporated by reference to this procurement action (exception(s) are provided, where applicable): FAR 52.204-7 System for Award Management FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.211-8 Alt II, Inspection of Supplies-Fixed Price, is applicable to this requirement, FAR 52.212-1, Instructions to Offerors -Commercial Items applies. FAR 52.212-2, Evaluation-Commercial Items, -Applicable to this requirement with the following clause addenda to paragraph (a), The Government will award a contract(s) resulting from this request for quote to the responsible offeror(s) conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical Acceptability and (2) Price. It is incumbent on the offerors to provide complete specifications for items offered. Technical acceptability is defined as an offer of supplies that completely satisfy the minimum salient characteristics of the CLINs. Technical Acceptability will be evaluated on a Pass or Fail basis. Only those offers evaluated as Pass will be further evaluated and considered for award. Prices shall be quoted in accordance with the CLIN to be incorporated in the Schedule of Supplies and Services in the event an award is made. The factor of technical acceptability is significantly more important than price. FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items. 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 (Deviation). FAR 52.222-3, Convict Labor. FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies. FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-22, Previous Contracts And Compliance Reports. FAR 52.222-25, Affirmative Action Compliance. FAR 52.222-26, Equal Opportunity FAR 52.222-37, Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans. FAR 52.222-50, Combating Trafficking in Persons FAR 52.225-1, FAR 52.225-4, Buy American Act--Free Trade Agreement--Israeli Trade Act Certificate. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management FAR 52.247-34, F.o.b. Destination FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated By Reference. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7004 Alt A, System for Award Management Alternate A DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.232-7003, Electronic Submission of Payment Requests. SOFARS 5652.201-9002, Authorized Changes only by the Contracting Officer with the following clause addenda: The address and email address of the Contracting Officer is Ms. Gloria Harris, HQ, USASOC, E-2929 Desert Storm Drive (Stop A), DCS, Acquisitions and Contracting, Fort Bragg, NC 28310-9110, Fax: 910-432-6978; harrisgl@soc.mil. SOFARS 5652.204-9003, Disclosure of Unclassified Information SOFARS 5652.233-9000, Independent Review of Agency Protests SOFARS 5652.252-9000, Notice of Incorporation of Section K The full text of all clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. QUOTE & QUESTIONS: Quotes shall be submitted to HQ, USASOC ATTN: AOCO: Ms. Brittany Black, Building E-2929, Desert Storm Drive, Fort Bragg, North Carolina, 28310, not later than 10:00 AM (EST), Monday, 21 April 2014. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Government to respond. Questions must be submitted via email to the contracting officer at brittany.c.black@us.army.mil NLT 10 AM (EST) on 14 April 14. Telephonic questions will not be returned. Questions received after the question period has ended will not be considered. E-mail submissions are preferred however; fax submissions will be accepted at (910) 432-9345. Offerors are cautioned that due to file size limitations and email security protocols, there is a risk that not all correspondence will be received by this office. It is the offerors responsibility to ensure receipt of all email and faxed correspondence. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published on FedBizOpps, the same as this solicitation. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items, to include item specifications, unit and total price, (2) delivery time and F.O.B point, (3) completed Official Representations and Certifications (if not completed in SAM), and (4) acknowledgement of any amendments that may be issued. Not submitting sufficient information for evaluation may be grounds for the offer to be eliminated from competition. It is the responsibility of offerors to review the FBO website for any changes or amendments to this RFQ. Offerors must be actively registered in the System for Award Management (SAM) as a small business concern prior to award. DUNS/CCR website is: https://www.sam.gov. New equipment ONLY. NO remanufactured or used products. Quote MUST be good for 30 calendar days after submission. Include the following in your quote: Tax ID Number DUNS Number and CAGE Code Contact Information Payment/Discount Terms Delivery Schedule & Cost Any other necessary information Point of contact for information is Ms.Brittany Black, Contract Specialist, brittany.c.black@us.army.mil or (910) 396-0552. Email is preferred method of contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/W91DHM4066C520/listing.html)
 
Place of Performance
Address: Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN03332574-W 20140410/140409021643-e2a677abc47271f9c4ce724eeb0acbe0 (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.