Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2020 SAM #6842
SOLICITATION NOTICE

78 -- Fitness equipment

Notice Date
8/21/2020 12:08:52 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
W6QM MICC-FT DRUM FORT DRUM NY 13602-5220 USA
 
ZIP Code
13602-5220
 
Solicitation Number
McCOYDESDJT0050
 
Response Due
8/25/2020 12:00:00 AM
 
Archive Date
02/21/2021
 
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 McCOYDESDJT0050 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 2020-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 339920 with a small business size standard of 750.00 employees. 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: 2020-08-25 16:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Fort McCoy, WI 54656 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: The following items are for a total of One Life Fitness Elliptical shall be brand name or equal Elliptical must be of commercial grade and quality for heavy traffic use. Require AC 115 volt, 15 Amp Circuit Pedal Spacing must be 2.8 inches (7.1 CM) Size shall be not greater or less than 88.1X 30.7X 65 Inches (224 X 78 X 165 CM) Unit weight must be no greater or less than 459 LBs (208 KG) Maximum User Weight must be no less than 400LBs (181 KG) Elliptical must have �Bluetooth� Connectivity Include Heart rate monitoring telemetry by �Bluetooth� Heart rate monitoring with digital signal processing Attachable TV system of Discover SI Oversized nonslip pedals Stride length must be 20 Inch (50cm) Must have 26 resistance levels 0-25 Must have resistance controls located on moving handlebars Front wheels for moving the elliptical Frame Color Arctic Silver and Black Oryx Headphone Jack 3.5mm Stereo 16 inch HD console Warranty 2 year limited warranty on all mechanical and electrical components 1 year labor 2 years electrical and mechanical parts on console Model Number 3384070 - 1 All of the above shall be brand name or equal, 1, EA; LI 002: The following items are for a total of One Rogue Monster Rhino Belt Squat - Stand Alone (MG Black) Belt Squat Stand Alone shall be brand name or equal unit must be of commercial grade and quality for heavy traffic use. Frame Must be a freestanding unit that requires no separate rack/rig for set-up Includes a pair of 53.925� steel legs for mounting and two angled 3X3� Front Feet for Platform Stability 3X6�weight trolley tower .25� braided cable for raising and lowering the weight trolley 1� thick UHMW hoot to store the trolley when not in use Diamond-tread plate platform Adjustable handles for overhand and neutral grip options Included belt must accommodates 41�-61� inches Color: Medium Gloss Black Powder coat Freestanding Version (does not require existing rack/rig) Height of Tower (from floor): 78.5""Height of Platform (from floor) 7� Footprint: 53"" x 60.5"" (2) Weight Posts with 15.75� loading capacity on each Unloaded Trolley Weight: 27.5LB (+/- 1LB) 3x3� Arms and Crossmembers (2) Welded-On Band Pegs for resistance work 60.5"" (total depth) / 26.25"" (platform depth) Width 49� Upright to upright Height 78.5� Foot print 53� X 60.5� Warranty Frame and Structural Welds Limited Lifetime Warranty* Bronze Bushings, Pillow Block Bearings, Pulley Wheels Cables, Guide Rods, Sealed Roller Bearings 5 Year Warranty Upholstery and Grips and Wheels 90 Day Warranty Model Number RF0822-BLACKMG All of the above shall be brand name or equal, 1, EA; LI 003: The following items are for a total of One G12 All-In-One Commercial Strength Multi-Use Functional Trainer must be of commercial grade and quality for heavy lifting and traffic use. Shall combine a power rack, functional trainer, smith machine, dip station, chin up station, core trainer, suspension trainer, leg press, and low row into one compact multi-station machine Color shall be Red shall have Integrated Weight Stacks Counterbalanced Smith Machine Must offer 300 exercises in one unit Functional Trainer � Dual cable pulley system that each connect to their respective 201 lbs. weight stacks Cables are aircraft grade with a 2,000 lbs. weight rating. Pulley systems must be adjustable vertically on the structure Vertical Leg Press Station Dip Station Chin Up Station with ergonomically designed multi-grip chin up and pull up station with a 771 lb weight rating Includes a suspension trainer stirrup which is compatible with resistance band packages those are sold separately To include the following 35+ Exercise Chart 6x Olympic Sized Weight Plate holders Leg Press, Core Trainer Knee, support for Lat Pull Down, Lat Pull Down Bar, T-Bar / V-Bar Row, Olympic Lock Collars, Multi-Grip Dip Handles, J-hooks with Rubberized Inserts, Safety Spotting Arms with Rubberized Inserts With the following dimensions Assembled: 79� (W) x 49� (D) x 90� (H) Interior Working Space: 43"" (W) x 34"" (D) x 89"" (H) to include the following weight ratings Unit � 992 lbs Smith Machine � 771 lbs and Cables � 2,000 lbs. pulley ratio 1:1 - If you have 100 lbs loaded the resistance is 100 lbs Model Number Monster G12 All of the above shall be brand name or equal, 1, EA; LI 004: The following items are for a total of One Hammer Strength Liner Leg Press must be of commercial grade and quality for heavy lifting and traffic use. Frame must be 11 Gauge Steel Frames Made of primarily 1 �� X 2� and 1 1/2 � X 3� Rectangular tubes Size 95� X 65� X 57� (241 X 165 X 145 CM) Machine Weight must be no greater than or less than 630 LBs (285 Kg) Sled weight must be 118 LBs (53 Kg) Max weight must be at least 10 45 LB Olympic bar bell plates per rod Electrostatic powder coat Finish Color Red Numeric seat and pad adjustments correctly align body to machine for proper posture, muscle isolation and body stabilization Seat adjusts in � inch (12mm) increments Includes weight horns attached to machine for weight storage 4 weight horns attached to frame Weight horn Capacity no less than 4 45 lb Olympic plates per horn Includes linear bearings for movement Flip-in, Flip-out Racking mechanism for sled Foot platforms are molded with a slip resistant texture Placards to pictorially illustrate the muscles trained and exercise instructions attached to frame Includes holes in feet which allows for easy anchoring to the floor Upholstery will be black in color with molded pads for long life using Three- and Four- pound EVA foam (deformation resistant) or equivalent Warranty 10 years Frame 5 Years Bearings 90 days Hardware, Grips, Upholstery and items not specified Model Number HSLLP All of the above shall be brand name or equal, 1, EA; LI 005: The following items are for a total of One MTS Kneeling Leg Curl must be of commercial grade and quality for heavy lifting and traffic use Machine Weight: 746 lbs (339 kg) Weight Stacks: 2 150 lbs (2 75 kg) Max User Weight: 300 lbs (136 kg) 11 Gauge Steel Frames Frame is constructed of mechanical quality steel purchased in mill run quantities Frames are mostly fully welded and constructed in two, but not more than four pieces to facilitate movement through smaller doorways and difficult installations Separate weight stacks that provide independent diverging and converging motions Counterbalanced exercise arms help reduce starting resistance Handgrips pivot away for easy entry and exit Kneeling Size 45� X 62� X 54� Made of primarily 1 �� X 2� and 1 1/2 � X 3� Rectangular tubes Electrostatic powder coat Finish Frame Color Red Foot platforms are molded with a slip resistant texture Placards to pictorially illustrate the muscles trained and exercise instructions attached to frame Includes holes in feet which allows for easy anchoring to the floor Provides one 5 lb. (2.5 kg.) drop-down weight on each weight stack that are contained on the guide rods to eliminate removal Numeric seat and pad adjustments (where appropriate) correctly align body to machine for proper posture, muscle isolation and body stabilization Seats adjust in �� increments All pulleys are 3� working diameter using fiberglass impregnated nylon with precision fit belt with double sealed bearings 15/16� reinforced spooled Kevlar belt with braking strength rated at over 3,000 Lbs Upholstery Color Black Three- and Four-pound EVA foam (deformation resistant) or equivalent is used on all machines. The foam is injection molded directly to the multi-ply wood support board with integral 10 mm T-nuts All edges are stitched to eliminate any folds in the material that would limit durability Molded pads for long life Warranty 10 years Frame 5 Years Pulleys, Weights plates and guide rods 90 days Hardware, Grips, Upholstery and items not specified Model Number MTSKC All of the above shall be brand name or equal, 1, EA; LI 006: The following items are for a total of One 6X8 Platform, No Logo must be of commercial grade and quality for heavy lifting and traffic use 48in x 92in (122cm x 234cm) 72in x 92in (183cm x 234cm) 96in x 92in (244cm x 234cm) Rubber 3in (8cm) thickness for durability and reduced noise Steel tube side frames and gusseted corners provide structural integrity and a finished look Center must be constructed of wood Center must not contain a logo Rubber will be black Warranty 10 years Frame 5 Years Bearings 90 days Hardware, Grips, Upholstery and items not specified Model Number HDL-PF2 PW2-6X8-0101 All of the above shall be brand name or equal, 1, EA; LI 007: The following items are for a total of One HD Athletica Multi-Adjustable Bench must be of commercial grade and quality for heavy lifting and traffic use Footprint 52.5� X 22.2� X 18.5� Weight 85 lbs Max user weight 350 lbs Max Training weight 495 lbs Frame is constructed of mechanical quality steel purchased in mill run quantities Frames are mostly fully welded and constructed in two, but not more than four pieces to facilitate movement through smaller doorways and difficult installations Electrostatic powder coat Finish Frame Color Red Foot platforms are molded with a slip resistant texture Includes holes in feet which allows for easy anchoring to the floor 3 seat adjustments: 0, 15, 30 degrees 7 back adjustments: -10 , 0 , 15 , 30 , 45 , 60 , 75 degrees Back pad 32.7� X 11.5� X 12.5� Seat pad Length 12.5� Seat pad width 11.5� at widest part Upholstery Color Black Three- and Four-pound EVA foam (deformation resistant) or equivalent is used on all machines. The foam is injection molded directly to the multi-ply wood support board with integral 10 mm T-nuts All edges are stitched to eliminate any folds in the material that would limit durability Molded pads for long life Warranty 10 years Frame 5 Years Pulleys, Weights plates and guide rods 90 days Hardware, Grips, Upholstery and items not specified Model Number HDT-MAB All of the above shall be brand name or equal, 1, EA; LI 008: The following items are for a total of One multi-use cable station Each component consisting of MJ Core Tower, MJ Lat Pulldown Station, MJ Row Station, MJ Adjustable Pulley 4:1 Station, MJ Assist Dip Chin must be of commercial grade and quality for heavy lifting and traffic use Must consist of the following four stations: Cable Weighted Lat pulldown, Weight Cable Assisted dip Chin, Cable weight Row, and Adjustable Cable pulley 4:1 Stations All four stations must be interconnected to a core 11 Gauge Steel Frames Made of primarily 1 �� X 2� and 1 1/2 � X 3� Rectangular tubes Electrostatic powder coat Finish Solid steel 10,15,20 lb weight plates Magnetic weight selector pin locks Frame Color Red Central connection point must comply to L X W X H of 32.1�X32.1�X94� for the core and weigh 225 lbs Foot platforms are molded with a slip resistant texture Placards to pictorially illustrate the muscles trained and exercise instructions attached to frame Includes holes in feet which allows for easy anchoring to the floor Lat Pulldown Station Size 35.9� X 54� X 92� Weight must be 340 lbs Weight Stake must be 260 lbs or greater Must include 1 Lat bar Adjustable knee hold down pad to accommodate different size users Cable Row Station Size 73� X 26.6� X 92.1� Weight 360 lbs Weight stack 260 lbs Accessories must include one row handle Assist Dip Chin Station Size 44.7� X 46.5� X 97.8� Weight 610lbs Weight stack 290 lbs Effective user assistance: 118.75 lbs 3 chin up hand positions Weight stack labels reflect the amount of assistance Foot support folds up and out of the way to do unassisted dips and chin-ups Adjustable Pulley 4:1 Station Size 18� X 32.5� X 92 Weight 460 lbs Weight stack 390 lbs Cable system must be adjustable in height Upholstery Color Black Molded pads for long life Three- and Four- pound EVA foam (deformation resistant) or equivalent Warranty 10 years Frame 5 Years Pulleys, Weights plates and guide rods 90 days Hardware, Grips, Upholstery and items not specified Model Numbers MJ-CORE, MJLP-STA, MJRW-STA, MJAP41-STA, MJADC-STAAll of the above shall be brand name or equal, 1, EA; LI 009: IN 009 NOTE INDIVIDUAL QUANTITIES DIFFER ON SEVERAL ITEMS ENSURE THAT YOUR BID INCLUDES THEM ALL INCLUDE BREAK OUT IN SUPPORTING DOCUMENTATION The following items are for a total as listed Hammer Strength Deluxe Weight Tree qty1 Hammer Olympic Plate 45LB qty 14, Hammer Olympic Plate 35LB qty 2 Hammer Olympic Plate 25LB qty 2 Hammer Olympic Plate 10LB qty 2 Hammer Olympic Plate 5 LB qty 2 Hammer Olympic Plate 2.5 LB qty 2 Must be of commercial grade and quality for heavy lifting and traffic use Constructed of 11 gauge steel Must hold and store 12 sided anti-roll Olympic plates 20 in x 27 in x 39 in Must hold and store 2.5 lb, 5 lb, 10 lb, 25 lb, 35 lb, 45 lb Olympic plates Weight 73 lbs Frame color red Warranty 10 years Frame 5 Years Bearings 90 days Hardware, Grips, Upholstery and items no specified 12-sided Urethane Olympic Plates Fully sourced and manufactured in the USA 12 sided anti-roll shape Diametrically opposed handle openings for easy loading dual opposing except on (5 lb and 2.5 lb) Overmolded with US made Urethane Warranty 10 years Frame 5 Years Bearings 90 days Hardware, Grips, Upholstery and items no specified shall be brand name or equal, 1, EA; LI 010: Freight FOB Destination, 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 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the 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 35 calendar 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. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: https://www.amc.army.mil/Connect/Legal-Resources/. 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***** Representation and Representation Disclosures Reporting During Contract Performance
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cf95c737ce594934ac522c6661e477ff/view)
 
Place of Performance
Address: Fort McCoy, WI 54656-5225, USA
Zip Code: 54656-5225
Country: USA
 
Record
SN05769641-F 20200823/200821230207 (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.