Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2017 FBO #5641
SOLICITATION NOTICE

78 -- Wall Rig

Notice Date
5/2/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1000 Halsey Ave, Marietta, GA 30060
 
ZIP Code
30060
 
Solicitation Number
10999532-01
 
Response Due
5/12/2017
 
Archive Date
11/8/2017
 
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 10999532-01 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 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 423910 with a small business size standard of 100.00 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 2017-05-12 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Marietta, GA 30060 The National Guard - Georgia requires the following items, Meet or Exceed, to the following: LI 001: 44ft Custom Wall Rig to be customized specifically for our facility to include:5x 15ft Uprights (OD Green) 5x 12ft Uprights 5x 4ft Pull-up bar (Black) 4x 6ft Pull-up bar 14x 6ft Support beams (Tan) 5x 4ft Support beams 5x Trawlers (out rigger) 5x Pairs of heavy duty J-Cups 60x 5" bolt sets All rig parts are to be sand blasted and double powder coated in the custom colors to specify weight amounts. (A SITE VISIT IS HIGHLY RECOMMENDED BEFORE PLACING A BID ON THIS ITEM BUT NOT MANDATORY; DETAILS LISTED IN BUY TERMS) Please review attached documents for limited SOW for install., 1, EA; LI 002: Wall Ball targets (Target Silhouette w/ Bullet hole targets at 9 ™, 10 ™, and 11 ™) - OD Green, 10, EA; LI 003: Medicine Ball Storage, 3, EA; LI 004: 3-Tier Heavy Duty Kettlebell Storage, 2, EA; LI 005: Bumper Rack with Barbell and collar storage, 6, EA; LI 006: Matador rig dipping stations, 10, EA; LI 007: Dumbbell Racks (5-100 lbs pairs)to include: -plus 2 pair (4 total) 15 lbs -plus 3 pair (4 total) 25 lbs -plus 3 pair (4 total) 35 lbs -plus 2 pair (4 total) 50 lbs, 3, EA; LI 008: Mobility Storage Rack, 1, EA; LI 009: Installation of the entire system, 1, EA; LI 010: Follow-up inspection of the rig to ensure proper functionality and safety of the system., 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, National Guard - Georgia 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. National Guard - Georgia 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. A site visit for this solicitation is scheduled for 10:00am EST, 9 May 2017 (Tuesday). All contractors interested in attending must make prior arrangements to attend site visit. Any contractor who arrives to designated location later than the designated time, or failed to make arrangements to attend the site visit will not be granted access to the installation. To make arrangements, please contact Jerriod Allen via email at jerriod.allen.mil@mail.mil no later than 1:00pm EST 8 May 2017 (Monday). Please provide the following information (a) The company name, (b) Name(s) of individual(s) attending. All information submitted shall be protected in accordance with provisions under the Privacy Act of 1974. The site visit will commence at 10:05am EST on 9 May 2017 (Tuesday) at Bldg 400 (Gym), 1000 Halsey Ave, Marietta GA 30060 at this time and date to view the work site Bidders should visit the site and take such other steps as may be reasonable necessary to ascertain the nature and location of work and the general and local conditions that can affect the work or cost thereof. Failure to do so will not relieve bidders/offerors from the responsibility for estimating properly the difficulty or cost of successfully performing the work. The government will assume no responsibility for any understanding or representation concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the invitation for bids or related documents. Ref: FAR52.237-1 Site Visit New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. All parts should be sand blasted and double powder coated for safety; preferably in the custom colors annotated in CLIN items. 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. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. 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 https://www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4c536adb6184aa67f12f727e19570e9d)
 
Place of Performance
Address: Marietta, GA 30060
Zip Code: 30060
 
Record
SN04493398-W 20170504/170502235643-4c536adb6184aa67f12f727e19570e9d (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.