SOLICITATION NOTICE
78 -- GYM EQUIPMENT - Package #1
- Notice Date
- 6/21/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339920
— Sporting and Athletic Goods Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, 194 MSG/MSC (USPFO WA), 101 41st Division Way, Camp Murray, Washington, 98430, United States
- ZIP Code
- 98430
- Solicitation Number
- F9X1116133AG01
- Archive Date
- 7/20/2016
- Point of Contact
- Matthew J. Berube, Phone: 2535122186
- E-Mail Address
-
matthew.j.berube2.mil@mail.mil
(matthew.j.berube2.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOLICITATION ITEM LIST AND SPECIFICATIONS This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR 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. F9X1116133AG01 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88, 15 June 2016 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20160607 (Effective 7 Jun 2016). It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 339920, size standard 750 employees. Description of Requirement: The Washington Air National Guard requires the following items, Brand Name or Equal: LI 0001: 10LB Rogue Hi-Temp Bumper, HTRF10LBP, 8, Pair; LI 0002: 15LB Rogue Hi-Temp Bumper, HTRF15LBP, 7, Pair; LI 0003: 25LB Rogue Hi-Temp Bumper, HTRF25LBP, 7, Pair; LI 0004: 35LB Rogue Hi-Temp Bumper, HTRF35LBP, 5, Pair; LI 0005: 45LB Rogue Hi-Temp Bumper, HTRF45LBP, 5, Pair; LI 0006: 2.5LB Rogue Black Olympic Plate, IP0051, 8, Pair; LI 0007: 5LB Rogue Black Olympic Plate, IP0053, 14, Pair; LI 0008: 10LB Rogue Black Olympic Plate, IP0054, 14, Pair; LI 0009: HG Collars, AD0031, 6, Pair; LI 0010: Rogue Rings Set, RA0022, 2, Pair; LI 0011: 14lb Rogue Medicine Ball, RA0632-BK, 4, EA; LI 0012: 20lb Rogue Medicine Ball, RA0635-BK, 8, EA; LI 0013: 3-Tier Mass Storage System, RF0456, 1, EA; LI 0014: Rogue GH-1 Abram GHD Econ Foot Pad, RF0097-E, 1, EA; LI 0015: Monster Lite/Infinity Bolt Together Wall Ball Target, RF0486, 2, EA; LI 0016: Monster Lite J-cup Set, RA0360, 4, Pairs; LI 0017: ML Matador, RA0383, 1, EA; LI 0018: AB-2 Adjustable Bench, RA0280-12, 1, EA; LI 0019: SAML-24 Monster Lite Spotter Arms, RA0402, 2, Pair; LI 0020: Rogue 14' Monster Lite Base 2.0 Rig ML-14, RF0615-14, 1, EA; LI 0021: 35LB (or close to) Rogue Kettlebell, IP0005, 4, EA; LI 0022: 53LB (or close to) Rogue Kettlebell, IP0007, 8, EA; LI 0023: 70LB (or close to) Rogue Kettlebell, IP0009, 2, EA; LI 0024: 88LB (or close to) Rogue Kettlebell, IP0011, 2, EA; LI 0025: Short Climbing Rope, KRC6, 1, EA; LI 0026: SR-1 Rogue Bearing Speed Rope, AD0023, 10, EA, LI 0027: 18" Rogue Steel PlyoBox, PMPF-18A, 2, EA; LI 0028: 24" Rogue Steel PlyoBox, PMPF-24A, 2, EA; LI 0029: 30" Rogue Steel PlyoBox, PMPF-30A, 2, EA; LI 0030: Primo Chalk 3oz. Chalk Ball, 851811004028, 2, EA; LI 0031: AbMat., AB10, 10, EA; LI 0032: Rogue Echo Gym Timer, RA0638, 1, EA; LI 0033: Black Concept 2 Model D PM5, C20003-5, 2, EA; LI 0034: The Rogue Bar 2.0, RA0604-BLBR, 4, EA; LI 0035: The Bella 2.0 - 15KG Rogue Women's Bar, RA0584-BLBR, 2, EA; LI 0036: Rogue Flat Utility Bench 2.0, RA0528, 2, EA; LI 0037: Manta Ray style squat pad compatible with weight bars, 1, EA. CLIN 0001 QTY 1 JOB Total $__________________ **See attachment for required items SPECIFICATIONS **ALL SUGGESTED BRANDS ARE FOR REFERENCE ONLY. EQUAL PRODUCTS WILL BE ACCEPTED. ** Delivery requirement: 30 days ARO, FOB Destination to Camp Murray, WA. Delivery will be to: 127 41ST DIVISION WAY CAMP MURRAY, WA 98430 Quote Information: Quotes must be submitted and received no later than 2:00 PM Pacific Time 5 July 2016. Quotes may be e-mailed to the attention of P.O.C.s listed below. Contact Information: BUYER: MSgt Matthew Berube EMAIL: Matthew.J.Berube2.mil@mail.mil Financing Information: Telephone quotes will not be accepted. Award will only be made to contractors who have registered with System for Award Management (SAM) with the NAICS code 339920. Vendors may register at: http://www.sam.gov. PROVISIONS AND CLAUSES C l a us e s m a y b e a c ce ss e d e l ec t r oni c a l l y in f ull t e x t th r ou g h http:// far sit e.hill. af.mil. C ont rac to r s must be ac tiv e l y r e g ist e r e d with www.SAM.gov and W ide A re a W o r k F low ( W A W F ) a t http://w a w f. e b. mil. FAR 52.204-7, System for Award Management Registration FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Maintenance FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government; price, delivery, and technical acceptability of all items are the evaluation criteria. This is a best value decision. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at sam.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.219-6, Notice of Total Small Business Set-Aside FAR, 52.219-28, Post-Award Small Business program Rerepresentation 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 52.222-26, Equal Opportunity FAR 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial Items Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/64be3fbd76753b1c52b72e304fd08361)
- Place of Performance
- Address: 127 41ST DIVISION WAY, CAMP MURRAY, WA 98430, United States
- Zip Code: 98430
- Zip Code: 98430
- Record
- SN04156177-W 20160623/160621234023-64be3fbd76753b1c52b72e304fd08361 (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 |