Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
MODIFICATION

78 -- Fitness Equipment

Notice Date
9/10/2015
 
Notice Type
Modification/Amendment
 
Contracting Office
2175 Reilly Road, Stop A, Fort Bragg, NC 28310
 
ZIP Code
28310
 
Solicitation Number
W36B5W51310021
 
Response Due
9/11/2015
 
Archive Date
3/9/2016
 
Point of Contact
Name: Mary Shoulders, Title: Contract Specialist, Phone: 9104327834, Fax:
 
E-Mail Address
mary.a.shoulders2.mil@mail.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: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 W36B5W51310021 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 2005-84. 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 2015-09-11 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Bragg, NC 28310 The MICC Fort Bragg requires the following items, Brand Name or Equal, to the following: LI 001: Squat/Weight Lifting Rack - This item shall include the following requirements:4-way, multi-directional hole design 8'6" Tall, 6' Deep, 4' Wide 1140 numbered holes in rack beams and components Customizable plate storage in any position on the rack Textured pins for safely holding plates in place Customizable band storage Customizable chain storage Capability for power rack to half rack adaptation Fat/indexing pull-up bar Combination utility seat and step-up attachment with anchoring positional lock Multi-functional utility step attachment for spotting, 1 leg squats, and belt squats Pair, 42" safety bars with 10, 1" receptacle holes Pair, 22" safety bars with 10, 1" receptacle holes Land Mine attachment integral to frame Plastic Protection in wear areas Integrated sandwich type J-Cups 1? micro adjusters Capability of workstation bench self-containment Capability of plate storage for traditional and/or bumper plates 20 Universal utility pins with compatibility for all holes throughout rack Roller pad rack attachment with lock-in capability 3"x3" 11 and 7 gauge steel construction throughout entire rack Largest bolts in industry for attaching beams and holding rack together Each upright tested to support 50 ton load prior to delivery Custom 4000lb test flexible, shock and impact elimination safety straps that will fit above specified rack hole system Custom primary color of OD Green Comprehensive installation with delivery from origin, 2, EA; LI 002: Bridge for Squat/Weight Lifting Rack - This item shall include the following requirements: 80?x24? steel beam Constructed of 11 gauge steel 1? micro adjusters Color texture black Able to adjust higher or lower than standard rack height with increments of 6', 7', 8', 9', or 10' Comprehensive installation with delivery from origin, 1, EA; LI 003: Weight Multi-Storage Unit - This item shall include the following requirements: Made in the USA Weight - 340-350 lbs Width - 25-35 in Length - 90-100 in Height - 40-50 in Tube Size - 3 ft x 3 ft Constructed of 11 gauge steel Color texture black, 3, EA; LI 004: Barbell - This item shall include the following requirements: Chrome plating with capability to resist chipping, flaking, and fading Dual Oil-lite bushing with capability to provide smooth rotation of collars 33 knurls per inch Single piece sleeve construction ETD 150 Steel Double snap ringed and pinned Olympic lifting marks for daily facility safety standards of performance Made in the USA 15 year structural warranty Comprehensive installation with delivery from origin, 10, EA; LI 005: Hex/Trap Bar - This item shall include the following requirements: Hexagonal designed bar Weight of 50 pounds Two neutral grip handles Capability to fit in Squat/Weight Lifting Rack Comfortable knurling on handles Rubber side protection for plate loading Comprehensive installation with delivery from origin, 2, EA; LI 006: Flat to Incline Dumbbell bench - This item shall include the following requirements: Weight of 120 pounds Back Pad Dimension of 39 inches in length and 12 inches in width Seat Pad Dimension of 14 inches in depth and 12 inches in width with a tapering width of 8 inches at the front-most point of measurement Pad Thickness of 3 inches Capability of the six different angles of 0, 15, 30, 40, 60, and 90 degrees while base structure of bench remains stationary Back pad to seat pad gap of 1.5 inches Total footprint of 56 inches by 27 inches Height of 18 inches Construction of 2-inch by 2-inch 11 gauge tubing Made in USA Comprehensive installation with delivery from origin, 4, EA; LI 007: Foam Plyo Box Set - Quantity (3 Sets) This item shall include the following requirements: 3 pieces (6", 12", and 18") with capability to adjust to heights of 6", 12", 18", 24", 30", and 36" Dimensions of 9"x12"x24" Landing surface of 32? Safety through stability capability with attachment to other plyometric boxes via Velcro and buckles No metal or wooden corners or edges Comprehensive installation with delivery from origin, 3, EA; LI 008: Pull Up Dip Machine - Frame ? 11 gauge 15-degree back pad angle Wide and close grip pull up options 3 exercise capability Dimenstions - 48 in x 42 in x 92 in (122 cm x 107 cm x 234 cm) Weight - 110-120 kg, 2, EA; LI 009: Bosco Bumper Plates - Weight (5lbs)This item shall include the following requirements: Urethane material composition 140 mm hard chrome hub in center of each plate, with chamfer Custom logo Color of black for all plates Each weight calibrated to no more/less than +/-0.1% per 25 kilograms Comprehensive installation with delivery from origin, 20, EA; LI 010: Bosco Bumper Plates - Weight (10 lbs)This item shall include the following requirements: Urethane material composition 140 mm hard chrome hub in center of each plate, with chamfer Custom logo Color of black for all plates Each weight calibrated to no more/less than +/-0.1% per 25 kilograms Comprehensive installation with delivery from origin, 20, EA; LI 011: Bosco Bumper Plates - Weight (25 lbs)This item shall include the following requirements: Urethane material composition 140 mm hard chrome hub in center of each plate, with chamfer Custom logo Color of black for all plates Each weight calibrated to no more/less than +/-0.1% per 25 kilograms Comprehensive installation with delivery from origin, 20, EA; LI 012: Bosco Bumper Plates - Weight (35 lbs)This item shall include the following requirements: Urethane material composition 140 mm hard chrome hub in center of each plate, with chamfer Custom logo Color of black for all plates Each weight calibrated to no more/less than +/-0.1% per 25 kilograms Comprehensive installation with delivery from origin, 20, EA; LI 013: Bosco Bumper Plates - Weight (45 lbs)This item shall include the following requirements: Urethane material composition 140 mm hard chrome hub in center of each plate, with chamfer Custom logo Color of black for all plates Each weight calibrated to no more/less than +/-0.1% per 25 kilograms Comprehensive installation with delivery from origin, 20, EA; LI 014: Indoor Fitness Bike - Height ? 100 ? 120 cm Width ? 100-120 cm Length ? 100 ? 130 cm Weight ? 40-50 kg Electronic meter - Show pedal-turns per minute (rpm)?Heart rate in beats per minute (HR)?Cycling time in minutes and seconds (TIME)?Intended cycling speed in km/miles per hour (SPEED) Distance covered in km/miles (DISTANCE) Flywheel - Large, well-balanced flywheel 22 kg. Design - For use in institutions and training centers, 1, EA; LI 015: Indoor Cycling - Height ? 100 ? 130 cm Width ? 60-70 cm Length ? 120 ? 130 cm Weight ? 30-40 kg Frame ? 25-35 kg, 75-85mm x 35-45mm, 2.0-3.0 mm thick Frame Feet ? 3-7 cm diameter rubber feet Rollers ? Transportation rollers fitted with inline skate ball-bearing wheels Bottom Bracket ? 25-35 mm thick, industrial grade ball bearings Cranks ? 160-180 mm long Pedals ? Combination pedals Chain ? industrial 1/2? x 1/8? steel Belt ? automotive industry rubber, kevlar reinforced belt Handlebar & Seat Stems & Horizontal Sliders ? Stems are 40-50mm square, 2-5mm thick stainless steel with 1cm incremental height adjustments. Cast stainless steel Sliders with 3-7mm marked increments. Saddles ? All round recreational saddle comes as standard. Saddle Height Adjustment ? Saddle height range 59cm-84cm Handlebars ? Stainless steel height range - 55-74cm Saddle & Handlebar Horizontal Adjustment - 6cm horizontal range for both Air Brake Flywheel Air Gear Lever Magnetic-braked flywheel Magnetic Brake Climb Lever Measurement System Permanent Load ? In excess of 5,000 Watts. Load range ? 20-5000+ Watts, 4, EA; LI 016: Indoor Rower - Seat Height ? 45-55 cm Width ? 55-65 cm Length ? 230-245 cm Weight ? 20-30 kg Frame ? 8 ft x 2 ft (244 cm x 61 cm) Chain or Cord - Nickel-plated steel chain Power - Takes two D cell batteries. During your workout, the monitor draws power from the spinning flywheel to extend battery life., 4, EA; LI 017: Treadmill - Height - 180 - 200 cm Width - 100 - 130 cm Length - 180 - 200 cm Weight - 240 - 280 kgs Power Supply: 208/230 Vac Amp Power Supply (Dedicated Circuit & NEMA 6-20R)Variable load braking system Integrated heart rate monitoring Speed: Non-Motorized Multiple LED readouts monitoring speed, load, distance, time, and heart rate Preprogrammed controls including speed over distance over time, etc Belt Type: 60 individual slats Drive System: 114 precision ball bearings with 12 guide rollers (4 mm lateral tolerance)Running Surface: Vulcanized rubber Running Surface Area: 22" W x 68" L Load/Resistance System: Electromagentic braking system provides 15-150 lb. of resistance User Weight Capacity: Run 500 lbs / Walk 800 lbs (4mph max)Width: 30-40" Length: 95-105" Height: 80-95? Resistance: Electro-Magnetic Brake Incline: 0% Unit Weight: 500-600 lbs. Power Supply 110 V power supply, 4, EA; LI 018: Elliptical Machine - Height - 160-180 cm Weight - 130-160 kg Length - 100-130 cm Width - 65-85 cm Ramp - Automatic Bearings - Double polyurethane wheels with over-sized axle and sealed bearings with improved seals glide on precision extruded aluminum tracks Transport Wheels - Integrated Resistance System - Durable 6-phase generator system with no contacting parts to reduce friction and wear provides 20 levels to tailor workouts with consistent resistance Power - 120V/15A circuit with 5-15R NEMA receptacle, 4, EA; LI 019: Climber Machine - Height - 160-180 cm Weight - 100-120 kg Length - 180-20 cm Width - 65-85 cm Biomechanics - bar step linkage assures proper motion path and greatly increases life of the 1-inch / 2.54 cm Oilite bushings in each pivot point. Drive Belt - HTD-type toothed-drive belt requires less maintenance than a chain and lasts longer than a cable. Step Increments - 5-steps per minute increments Step Range - 30-180 Transport Wheels - Integrated Power - Optional power supply available if long time periods of no use or need display to be continuously lit longer than 30 seconds after workout ends., 4, EA; LI 020: Heavy Punching Bag - Made in the USA Warranty - 10 years Weight (unfilled) - 100 lbs Weight (filled) - 300 lbs Dimensions - 5ft by 14 in diameter Design - 2 heavy duty Chrome covered D-rings supported by extra padding Color - Black, 1, EA; LI 021: Training Rings - Quantity (5 Pack) Made in the USA Set of 2 for a total of 10 in a pack Diameter 1.25 in Includes 1.5 in heavy duty black nylon strap with buckle Double Color 5ft 100lbs Double Color, 1, EA; LI 022: Jump Rope - Quantity (10 Pack) Handle Length: 6.1" Bearings: (4) Hi-Precision Cartridge Ball Bearings per rope Cable: 10-ft Red Coated 3/32" speed cable Adjustment: adjustable end with a fixed swaged end Indestructible Glass-Filled Nylon Resin Handgrip Tapered handle, 1/2" spindle to 7/8" diameter base, 1, EA; LI 023: Abdominal Mattress - Quantity (5 Pack) Made in the USA Color - Black Length - 15 in Width - 12 in Height - 2.5 in, 1, EA; LI 024: Fitness Massager - Quantity (5 Pack)Color - Blue Length - 12 in Diameter - 5 in Material Type - High-Density EVA Foam, 1, EA; LI 025: Fitness Massager - Quantity (5 Pack) Color - Black Length - 30 in Diameter - 6 in Material Type - High-Density EVA Foam, 1, EA; LI 026: Weight Collars - Quantity (10 Pack)Durable Metal Frame Construction Fits 2" Olympic Weightlifting Bars Color - Gray Warranty - 1 year, 2, EA; LI 027: Folding Gym Mats - Durable vinyl mat covering and have a Velcro tab system on all 4 sides so that multiple mats can be connected together to cover large areas Size - 4 ft x 8 ft Thickness - 2 in Weight - 20-25 lbs, 6, EA; LI 028: Suspension Trainer - Made in the USA Mesh/Rope Carrying Bag Weighs under 2 lbs Multiple anchoring solutions Ultra-Durable straps with rubber handles Color - Tan, 8, EA; LI 029: Medicine Ball - Made in the USA Color - Gray/Black Weight - 20 lbs, 10, EA; LI 030: Medicine Ball - Made in the USA Color - Gray/Black Weight - 14 lbs, 5, EA; LI 031: Medicine Ball - Made in the USA Color - Gray/Black Weight - 10 lbs, 5, EA; LI 032: Exercise Ball - Diameter - 22 in Weight - 4 lbs Color - Black Finishing - Latex-free, Phthalate-free, 3, EA; LI 033: Exercise Ball - Diameter - 26 in Weight - 4 lbs Color - Black Finishing - Latex-free, Phthalate-free, 3, EA; LI 034: Exercise Ball - Diameter - 30 in Weight - 4 lbs Color - Black Finishing - Latex-free, Phthalate-free, 3, EA; LI 035: Heavy Sandbag - Made in the USA Color - Green Material Type - 1000-D Cordura Upholstery - DWR Coating Water Proof, 1, EA; LI 036: Kettlebell - Weight - 12 kg Finishing - Powder Coat Color - Black Warranty - 10 year Material - Cast Iron, 4, EA; LI 037: Kettlebell - Weight - 16 kg Finishing - Powder Coat Color - Black Warranty - 10 year Material - Cast Iron, 4, EA; LI 038: Kettlebell - Weight - 20 kg Finishing - Powder Coat Color - Black Warranty - 10 year Material - Cast Iron, 4, EA; LI 039: Kettlebell - Weight - 24 kg Finishing - Powder Coat Color - Black Warranty - 10 year Material - Cast Iron, 4, EA; LI 040: Kettlebell - Weight - 32 kg Finishing - Powder Coat Color - Black Warranty - 10 year Material - Cast Iron, 4, EA; LI 041: Kettlebell - Weight - 36 kg Finishing - Powder Coat Color - Black Warranty - 10 year Material - Cast Iron, 4, EA; LI 042: Pull Up Mounting System - Quantity (4 Pack)Made in the USA Weight -37 lbs Length - 32 in Height - 31 in Material - 11 gaugeColor - Black Weight Capacity - 500 lbs Pull Bar Depth - 30 in, 1, EA; LI 043: Dumbell Set - Made in the USA Multi-sided solid steel urethane encased dumbell Make - Solid Steel One piece Set of 5lbs to 100lbs Uniformly textured surface High-contrast weight marking Outer Cover - Urethane, 1, EA; LI 044: Glassless Mirrors - Dimensions - Wall Mount 48" x 72" x 1" thick Make - Glassless material Wall Mounted Lightweight and shatterproof, 3, EA; LI 045: Indoor Scrubber - Dimensions - 40 in L x 34 in W x 43 in H 12 gallon solution tank 13 gallan recovery tank Wheel Drive System Weight - 313 lbs Operates at 69 dba 20? Scrub Path 24 Volt Battery Pack Automatic On-Board Charger 12-Gallon Solution/13 Gallon Recovery Tank High Performance Vacuum Motor ? ? HP Solid Non-Marking Tires One Brush Motor ? ? HP Bristle Brushes Exclusive Squeegee System/No Tools Required 20,000 sq. ft. per hour Scrub and Vacuum tool kit Cleaning Rate Made in USA 1 Year Labor Warranty-10 Years Tanks, 3 Years Parts, 1, EA; LI 046: Pedestal Fan - 2, Blade size - 24-30 in Height - Adjustable from 55 in to 80 in 3 each Weight - 75-90 lbs Dimensions - 27" x 29" x 78.5" RPM - 1054 / 869 / 673 Amps - 2.5 / 2.0 / 1.4 Watts - 332 / 226 / 152 Oscillation - yes, 2, EA; LI 047: Mounted Fan - Blade size - 24-30 in Weight - 35-45 lbs Dimensions - 26.75" x 25" x 34.5" RPM - 1054 / 869 / 673 Amps - 2.5 / 2.0 / 1.4 Watts - 332 / 226 / 152 Oscillation - yes, 4, EA; LI 048: HI-Temp Bumper Plates - 45lb multi - purpose recessed stainless steel hub Material - Recycled rubber Color - Black Diameter - 17.5 in Width - 3.75 Made in the USA, 10, EA; LI 049: HI-Temp Bumper Plates - 35 lb multi - purpose recessed stainless steel hub Material - Recycled rubber Color - Black Diameter - 17.5 in Width - 3.125 in Made in the USA, 10, EA; LI 050: HI-Temp Bumper Plates - 25 lb multi - purpose recessed stainless steel hub Material - Recycled rubber Color - Black Diameter - 17.5 in Width - 2.25 in Made in the USA, 10, EA; LI 051: HI-Temp Bumper Plates - 10 lb multi - purpose recessed stainless steel hub Material - Recycled rubber Color - Black Diameter - 17.5 in Width - 1.375 in Made in the USA, 10, EA; LI 052: Television - Screen Size - 40 in Screen Size (Diagonal) - 31.50 in Resolution - 1920 x 1080 p Aspect Ratio - 16:9 Number of colors - 16.7 million Power Output - 5w x 2 DTS StudioSound DTS TruVolume Built in Wi-Fi HDMI Ports USB Ports Include Wall Mount, 4, EA; LI 053: Delivery and Installation, 1, 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, MICC Fort Bragg 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. MICC Fort Bragg 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. The Contractor shall comply with the FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: The following FAR clauses in 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (MAY 2012), will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-13, 52.232-34, 52.233-3, 52.233-4, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.225-1, 52.232-33, 52.203-13, 52.222-40, 52.222-41, 52.222-51, 52.222-53, 52.222-54, 52.226-6. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 52.203-3, Gratuities (APR 1984), 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011); 252.246-70000 Material Inspection and receiving Report, Alternate I (OCT 2011) of 252.225-7001, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. Systems for Award Management (SAM). Offerors shall ensure their company is registered in the System for Award Management (SAM) database and has completed their annual representations and certifications through the SAM website. The Government transitioned from the Central Contractor Registration System (CCR) www.ccr.gov, and Online Representations and Certifications Application (ORCA) https://www.acquisition.gov, to the System for Award Management (SAM) https://www.sam.gov. Any reference to CCR or ORCA in this document is to be understood as SAM. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission 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. No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL 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. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. 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://farsite.hil.af.mil and/or http://www.acqnet.gov/far. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered; and are determined to be fair and reasonable. The following factors shall be used to evaluate offers: Price, Technical Capability, and Responsibility: Proposed quote will be evaluated for reasonableness using the price analysis techniques provided under FAR Part 13. The Government will review the contractor?s technical certifications to ensure that it reflects a sound approach and understanding of this requirement and that the contractor has the technical ability to successfully perform the requirement. (a) If an item in this solicitation is identified as ??brand name or equal,?? the purchase description reflects the characteristics and level of quality that will satisfy the Government?s needs. The salient physical, functional, or performance characteristics that ??equal?? products must meet are specified in the solicitation. (b) To be considered for award, offers of ??equal?? products, including ??equal?? products of the brand name manufacturer, must? (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by? (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate ??equal?? products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ??equal?? product, the offeror shall provide the brand name product referenced in the solicitation. The following kinds and minimum amounts of insurance are required in accordance with FAR clause 52.228-5 entitled, ?Insurance--Work on a Government Installation.? Workmen?s Compensation and Amount required by the State in which this Occupational Disease Insurance contract is performed KIND:AMOUNT: Employer?s Liability Insurance$100,000 Comprehensive General Liability$50,000 per occurrence Insurance for Bodily Injury Comprehensive Automobile Liability$200,000 per person $500,000 per occurrence for Bodily Injury and for Property Damage$20,000 per occurrence (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. (End of clause) 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 (HQ), Army Materiel Command (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 (GAO) 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 33.103. If you want to file a protest under the HQ 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. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 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 HQ AMC-Level Protest Procedures. (End of Clause) The Contractor shall comply with the FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.202-1, 52.212-3, 52.204-7, 52.204-9, 52.212-4, 52.223-11, 52.225-13, 52.232-23, 52.233-1, 52.223-18, 52.237-2, 252.201-7000, 252.203-7002, 252.204.7008, 252.223-7006, 252.232-7010, 252.232-7003 and 252.243-7001. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far and/or http://farsite.hill.af.mil/vfdfara.htm and/or http://farsite.hill.af.mil/vfafara.htm The applicable NAICS code for this procurement is 423910 with the related size standard of 100 employees. The NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in SAM and the vendor must be actively registered in that NAICS Prior to Award to be considered for any resulting contract. Failure to be properly registered at the time and date of award may render the quote nonresponsive. The award of this solicitation will be evaluated by the lowest price that is technically acceptable. The sum of all priced items and the quantity stated in this solicitation will be considered as a total price. The offer must meet or exceed technical specifications. The standard of performance applicable to the "or exceed characteristics" is that it must be functionally equivalent to the stated salient characteristics, but not necesssarily the same in every detail. The offer of all priced items multiplied by the quantity stated in this solicitation will be considered as a total price. Subject to the provisions contained herein, the Government intends to award a single order resulting from the solicitation, whose quote conforms to the solicitations requirements (to include all stated terms, conditions, and all other information required by the solicitation), provides the lowest price technically acceptable, quote to satisfy the requirements of this solicitation. Quotes that fail to address all the requirements set forth in the solicitation will be rejected. 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. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far and/or http://farsite.hill.af.mil/vfafara.htm and/or http://farsite.hill.af.mil/vfdfara.htm The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications- Commercial Items (DEC 12)FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (See Clauses and Provisions Attachment) (See Clauses and Provisions Attachment) (See Clauses and Provisions Attachment) (See Clauses and Provisions Attachment) (See Clauses and Provisions Attachment) The following kinds and minimum amounts of insurance are required in accordance with FAR clause 52.228-5 entitled, ?Insurance--Work on a Government Installation.? Workmen?s Compensation and Amount required by the State in which this Occupational Disease Insurance contract is performed KIND: AMOUNT: Employer?s Liability Insurance $100,000 Comprehensive General Liability $50,000 per occurrence Insurance for Bodily Injury Comprehensive Automobile Liability$200,000 per person $500,000 per occurrence for Bodily Injury and for Property Damage $20,000 per occurrence 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 (HQ), Army Materiel Command (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 (GAO) 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 33.103. If you want to file a protest under the HQ 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. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 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 HQ AMC-Level Protest Procedures. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b4f803be813aae30132d213e4395191f)
 
Place of Performance
Address: Fort Bragg, NC 28310
Zip Code: 28310
 
Record
SN03880319-W 20150912/150911000316-b4f803be813aae30132d213e4395191f (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.