Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2017 FBO #5642
SOLICITATION NOTICE

78 -- Athletic Care Equipment

Notice Date
5/3/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bldg 6 RM 250 Meloy Hall, Fort Benning, GA 31905
 
ZIP Code
31905
 
Solicitation Number
0010920023
 
Response Due
5/8/2017
 
Archive Date
11/4/2017
 
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
Woman Owned 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 0010920023 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 339920 with a small business size standard of 500.00 employees. This requirement is an [ Women-Owned 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 2017-05-08 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Benning, GA 31905 The MICC Fort Benning requires the following items, Brand Name or Equal, to the following: LI 001: Performa 350 Series Table, Black (ARMEDICA AM SERIES HI-LOW TREATMENT TABL) Specifications: This table offers a unique design which works well for smaller areas in the clinic. The design has exceptional stability, full height adjustment and section mobility. Its flexibility allows the patient to be placed in proper position to achieve maximum results with minimum effort, improving ergonomics for both provider and patient. Head section with contoured face opening raises 25 degrees, lowers 80 degrees 1.5 firm density foam Foot section raises 75 degrees Base has 4 total locks and swivel casters Foot switch for hi-lo control Antibacterial vinyl made for use in health care environments Guards against the surface growth of fungus mold and mildew spores. Keeps its good looks and is highly resistant to microbial deterioration that can cause cracking splitting and loss of flexibility.Dimensions: Top Section.72"L x 27"W Minimum Height.18" Maximum Height.37" Width 27" Length 72" Weight Capacity 400 lb., 5, EA; LI 002: Shuttle MVP Pro Specifications: The Shuttle MVP has three applications: conditioning, strength training and rehab. The Shuttle MVP is a highly versatile piece of exercise equipment which can be used for both rehab and chronic conditions. It takes the place of isotonic equipment and is an excellent tool for functional conditioning.Excels in lower extremity rehabilitation, sports specific skills, and plyometric training. Progressive resistance affords therapeutic rehab to leg press worthy workouts. Zeroes in on the eccentric phase of plyometrics. Padded Kickplate and non-weight-bearing position protects joints and spine on impact. Dimensions: Carriage weight capacity: 300 lbs. Dimensions: 31 W X 109 L., 2, EA; LI 003: Cuff Economy Set, 20 pieces Specifications: Includes 2 each: 1/4 lb., 1/2 lb., 3/4 lb., 1 lb., 11/2 lbs., 2 lbs., 21/2 lbs., 3 lbs., 4 lbs., and 5 lbs, 3, EA; LI 004: Ankle Large Wrap for GameReady Specifications: Fits men s shoe sizes 6 to 11 Fits women s shoe sizes up to 13.POTENTIAL APPLICATIONS: Achilles tendon rupture or tear, Lateral ankle sprain, Pain management, Plantar fasciitis and bone spurs, Sesamoiditis, Sprain, strains, fractures, Tendon surgery.Developed by scientists and doctors using NASA spacesuit concepts, Game Ready wraps feature unique ATX Technology (Active Temperature Exchange) to facilitate the highly efficient transfer of heat from the injury to the ice reservoir.Active pneumatic (air) compression helps the body pump away swelling and stimulate the flow of oxygen-rich blood. Efficient and even cooling further reduces swelling, muscle spasms, and pain.Game Ready wraps are comprised of an inner, two-chamber heat exchanger and a removable, machine-washable, and replaceable outer sleeve., 4, EA; LI 005: Shoulder Medium Right Wrap for GameReady Specifications: Fits chest sizes 33 to 45 POTENTIAL APPLICATIONS: Arthroscopic stabilization or repair, Clavicle fracture stabilization, Pain management, Rotator cuff repair, SLAP tear, Sprains, strains, fractures.Developed by scientists and doctors using NASA spacesuit concepts, Game Ready wraps feature unique ATX Technology (Active Temperature Exchange) to facilitate the highly efficient transfer of heat from the injury to the ice reservoir.Active pneumatic (air) compression helps the body pump away swelling and stimulate the flow of oxygen-rich blood. Efficient and even cooling further reduces swelling, muscle spasms, and pain.Game Ready wraps are comprised of an inner, two-chamber heat exchanger and a removable, machine-washable, and replaceable outer sleeve., 5, EA; LI 006: Shoulder Medium Left Wrap for GameReady Specifications: Fits chest sizes 33 to 45 POTENTIAL APPLICATIONS: Arthroscopic stabilization or repair, Clavicle fracture stabilization, Pain management, Rotator cuff repair, SLAP tear, Sprains, strains, fractures.Developed by scientists and doctors using NASA spacesuit concepts, Game Ready wraps feature unique ATX Technology (Active Temperature Exchange) to facilitate the highly efficient transfer of heat from the injury to the ice reservoir.Active pneumatic (air) compression helps the body pump away swelling and stimulate the flow of oxygen-rich blood. Efficient and even cooling further reduces swelling, muscle spasms, and pain.Game Ready wraps are comprised of an inner, two-chamber heat exchanger and a removable, machine-washable, and replaceable outer sleeve., 5, EA; LI 007: Knee Wrap for GameReady Specifications: One size fits all, either leg 17 long, 32 circumference at top, 24 circumference at bottom.POTENTIAL APPLICATIONS: ACL Injury or surgery, Meniscus tear or repair, Pain management, Patellar tendonitis, Patellar tendon tear.Developed by scientists and doctors using NASA spacesuit concepts, Game Ready wraps feature unique ATX Technology (Active Temperature Exchange) to facilitate the highly efficient transfer of heat from the injury to the ice reservoir. Active pneumatic (air) compression helps the body pump away swelling and stimulate the flow of oxygen-rich blood. Efficient and even cooling further reduces swelling, muscle spasms, and pain. Game Ready wraps are comprised of an inner, two-chamber heat exchanger and a removable, machine-washable, and replaceable outer sleeve., 2, EA; LI 008: UB521m Upper Body Ergometer by SportsArt America Specifications: Low start up resistance for deconditioned users. Belt drive for smooth and quiet operation.Body position angle adjusts for comfort.Adjustable crank provides ability to gradually increase range of motion radius.Telemetry heart rate.Power: 120V Power Supply.Dimensions (L x W x H): 69 x 28 x 70 Weight: 268 lbs, 2, EA; LI 009: Cable Crossover Tower 165 lbs stacks by Body Solid Specifications: The Body Solid Pro Clubline Cable Crossover is the pinnacle of versatility in strength training. Offering an unlimited number of exercises, cable crossover machines are a staple to any gym, health club, fitness center, or workout facility. The SCC1200G is designed and built to satisfy any fitness enthusiast. Pulleys swivel 180 degrees allowing accurate resistance throughout any exercise movement. The pulleys also adjust to 12 different horizontal positions ensuring a proper starting point for almost any exercise. Premium commercial components ensure dependability and reliability even in heavy use, high-traffic gyms and clubs. Stable, solid and smooth, the Body Solid Proclubline cable crossover machine is an essential piece for any workout facility.State-of-the-art crossover exercise machine.Vertical carriage system features fiberglass-reinforced nylon pulleys and locking with universal attachment connections. Includes (2) 160 lbs. weight stacks with an optional 50 lb. upgrade.Extremely versatile, with 20 independent height adjustments.Ability to perform over 100 different exercises to work and tone every muscle.Frictionless resistance in every direction, with 180 cable.Made with spun steel aircraft cable, with the capacity to hold up to 2500 lbs.Thick, padded foam handgrips and handles for superior comfort.High-density injected-molded end and foot caps.Durable oval tubing, 11 gauge, 2" x 4", coated in a heavy-duty powdered finish.Assembly required. Dimensions: Weight: 671 lbs W x L x H = 156 in x 35 in x 91 in, 3, EA; LI 010: TRX Force Kit: Tactical Specifications: TRX FORCE Kit: Tactical. The latest tactical version of the revolutionary bodyweight suspension training system invented by TRX. The FORCE KIT Tactical Suspension Trainer has ruggedized features, to include rubber handles and adjustment D-Rings. With no moving parts or pieces that could be subject to failure in harsh climes or after repeated use, the Tactical Suspension Trainer is only 1.5lbs. The Tactical FORCE Kit includes a lightweight mesh running bag (can be worn on the back to hold all components of the Kit plus additional items), a TRX Extender Strap for anchoring in diverse environments and a robust 3-month Tactical Conditioning Program. An app code is included to unlock the full contents of the TRX FORCE Super App. Components include: TRX Suspension Trainer, TRX Suspension Anchor, TRX Door Anchor, TRX Extender Strap, TRX FORCE Program Guide, TRX FORCE App Code, TRX FORCE Lightweight Running Bag. Dimensions: Weight: 3 lbs 10.5in L x 14in W, 10, 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 Benning 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 Benning 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 selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this aquisition. The selected Offeror must comply with the following commercial item terms and conditions: FAR 52.209-5, Certification Regarding Responsibility Matters and 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. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 52.211-6 Brand Name or Equal.Brand Name or Equal (Aug 1999)(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 FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 Item Identification and Valuation (JUN 2005); 252.246-7000 Material Inspection and receiving Report 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. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be valid for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order Payment terms shall be net 30 unless otherwise agreed to by MICC Fort Benning. 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 Submission of Offers in the English Language 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, considering price alone. "Pursuant to FAR Part 9, the Contracting Officer is required to make a determination regarding the responsibility of the proposed awardee. Following receipt of offers, the Contracting Officer or Specialist will send a form, designed to elicit financial information from an offeror's financial institution, to those offerors having a reasonable chance at receiving the award under this solicitation. You should forward that form to your financial institution and have the financial institution complete and send it directly to the Contract Specialist. For sections 2 and 4 on the document, the financial institution may answer with high, medium or low or they can answer with a numerical amount. The form must be returned to the MICC within three (3) business days. In the absence of this information, the Contracting Officer will have no choice except to find your company "not responsible," a finding which will make you ineligible for award." Award for All or None. The Government intends to award one (1) purchase order as a result of this solicitation. Offers received for less than the stated number if items listed in the solicitation will be considered ineligible for award. Effective 1 October 2014, all personnel requiring access to the installation shall possess either a Common Access Card (CAC), Military ID or Individual temporary pass issued by the Fort Benning Directorate of Emergency Services (DES) pursuant to Army Directive 2014-05, Policy and Implementation Procedures for Common Access Card Credentialing and Installation Access for Un-cleared Contractors. Depending on Which Set Aside you use: EDWOSB- 52.219-29 WOSB- 52.219-30 SDVOSB- 52.219-27 Hubzone- 52.219-3 This Clause Applies This Clause Applies
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/acd9fb529fbca35b9cd7ddeac7c35f7b)
 
Place of Performance
Address: Fort Benning, GA 31905
Zip Code: 31905-1339
 
Record
SN04494621-W 20170505/170503235104-acd9fb529fbca35b9cd7ddeac7c35f7b (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.