Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 09, 2020 SAM #6767
SOLICITATION NOTICE

78 -- Gym Flooring

Notice Date
6/7/2020 3:27:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
W6QM MICC-FT DRUM FORT DRUM NY 13602-5220 USA
 
ZIP Code
13602-5220
 
Solicitation Number
HAAF175PL0001_65
 
Response Due
6/12/2020 12:00:00 AM
 
Archive Date
12/09/2020
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
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 HAAF175PL0001_65 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 238330 with a small business size standard of $15.00M. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-06-12 15:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Savannah, GA 31409 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: LEGENDARY SERIES� ONE INCH (25.2mm) FLOORING - Smoke Custom engineered triple durometer system physically cultured to the Sorinex standard. This Legendary 25.2mm system features our 13.2mm dual laminated vulcanized rubber combined with a 12mm shockpad to provide the highest quality performance rolled rubber available in the strength and conditioning industry. Delivering a higher force reduction rate to exceed the ergonomic demands of today�s training environment. Built to last, powered by Ecore. THICKNESS 1.0� DESCRIPTION 13.2mm Heat Fused Dual Layer + 12mm Shockpad CUSTOMIZE Water jet cut options available for logos, platforms, ladders, etc. APPLICATION Weight room, multipurpose fitness, tactical training, rehabilitation, functional workplace environments, etc. WARRANTY 20 Year Manufacturer�s Warranty PERFORMANCE CRITERIA (Tensile Strength - ASTM D 412 - >200 PSI) (Flexibility 1/4� Mandrel ASTM F 137 Pass) (Thermal Conductivity ASTM C 518 2.1 Btu-in/h-ft-F) (Static Load Limit ASTM F 970 @ 250PS 0.004� Pass) (Coefficient of Friction ASTM D 2047 >0.9) (V.O.C. Compliant ASTM D 5116 Pass:Yes) (Abrasion Resistance ASTM D 3389 / EN 649 <1g, 1000 cycle) (Resistance to Heat ASTM F 1514 ? E <8.0) (Pill Test ASTM D 2859 Pass) (Vertical Deflection / Deformation ASTM F 2772 1.6mm) (Surface Effect Slip Resistance ASTM F 2772 92) (Ball Rebound ASTM F 2772 100%) (Force Reduction ASTM F 2772 40%) (Sheet Dimension Manufacturer 4� width by Minimum length of 25 LF), 8895, EA; LI 002: Water Jet Cut: Rubber In-Lay Platforms w/ Custom Logos Custom Ranger Seal 5'-6 1/2"" x 6'-8 3/8"" Must be Water-Jet cut. Must be flushed with gym flooring. See DUI Attachment for design, 1, EA; LI 003: 12mm Shock Pad Structure----Our shock pad has been adopted proportion 4:6 and three-layer composite technology. Compared with one-time foaming process product, one-time foaming product is easily deformed, and elasticity lost too quickly make it difficult to restore elasticity after long-term use. �Material-The perfect combination of new environmental protection resin and rubber foam, rubber has a strong tensile strength and softness, which ensure the strong elasticity and softness brings sense of comfort at the same time. The UV resistant film brings the long service life for the shock pad who is more environmentally friendly, no odor. �Cutting technology---Cutting grooves vertically and horizontally with holes to make sure water drainage in four directions, and installation more even. �Tensile strength---Three-layer structure and characteristics of rubber makes the shock pad with the strong tensile strength, which will protect the product from deformation and damage during the installation. Tensile strength of one-time forming process product is poor. Structure Three layers Material Easy to handle Thickness 12mm Length Tailored for pitch Width 1.5 meter Installation guide Yes Drainage Good Flame retardant Yes, 645, EA; LI 004: 4-gallon E-Grip Adhesive 1.Easy to trowel and apply 2.Solvent Free 3.No mixing required 4.Excellent curing cycle 5.Very low odor 6.Non-flammable, 57, EA; LI 005: UltraTile Reducer 1"" x 4"" x 48"" UltraTile Reducers enable a smooth, beautiful transition to other floor coverings, and are available in matching colors to the UltraTiles. 1. Shock Attenuation (ASTM F1292) � 2-1/2� meets 5� critical fall height. To achieve 6�, 8� or 10� critical fall heights, install a 2-1/4� Ecore polyfoam pad under the 2-1/2� tiles. a. Gmax � Less than 200. b. Head Injury Criteria � Less than 1000. 2. Flammability (ASTM D2859) � Pass. 3. Tensile Strength (ASTM D412) � 180 lbs/in2 min. 4. Water Permeability Rate: 0.034 cm/sec. 5. Accessibility: Comply with requirements of ASTM F1951-08 � Pass. 6. Lead Content: (US EPA Method 3052: 1996) � Pass. 7. Void Volume: 42% min 2-1/2�. 50% min 4-14�. 8. Coefficient of Thermal Expansion: .0011 in/ft/� F. 9. Wear Surface Density: 70 lbs/cu ft min. 10. Abrasion Testing (ASTM D3389): Less than 0.010� lost or less than 1 g lost. 11. Elongation At Break (ASTM D412): 70% min. Designed with a patented �Ultra� wear layer to provide unlimited design options, GSFloor UltraTiles offer a new brand of visual excitement to any fitness facility or club interior. UltraTile now has 16 standard designs, chosen specifically to coordinate with fitness equipment as well as other flooring options. By featuring a pedestal underside, these tiles help prevent cable clutter by routing fitness equipment wiring beneath the surface!, 11, EA; LI 006: Water Jet Cut: Rubber In-Lay Platforms w/ Custom Logos 4' x 6' Custom In-Lay 2' x 6' Black Drop Zones Must be Water-Jet cut. Must be flushed with gym flooring. Will be placed in front of 32 racks. See Scroll attachment for design, 32, EA; LI 007: Floor Installation, 1, EA; LI 008: 4' x 6' Custom In-Lay 2' x 6' Black Drop Zones Installation, 32, EA; LI 009: Custom Ranger Seal 5'-6 1/2"" x 6'-8 3/8"" Installation, 1, EA; LI 010: Shipping to BLDG 724 248 Stephen Douglas St Hunter Army Airfield, GA 31409, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers 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.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace 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 End User 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 Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions � Commercial Items. 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, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf ""AMC-Level Protest Program 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."" ""52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report"" Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law. Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E. This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is more important than price. No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an ?all-or-nothing? basis. Wide Area WorkFlow Payment Instructions Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582. In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product. ****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d0e65b0b1eea4599be10a2b8c1968ce2/view)
 
Place of Performance
Address: Savannah, GA 31409, USA
Zip Code: 31409
Country: USA
 
Record
SN05682547-F 20200609/200607230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.