Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2021 SAM #7203
SOLICITATION NOTICE

78 -- 78--Gym Equipment

Notice Date
8/19/2021 10:13:05 AM
 
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
JBLM17THFABSEK0001
 
Response Due
8/26/2021 1:00:00 PM
 
Archive Date
02/22/2022
 
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)
 
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 JBLM17THFABSEK0001 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 2021-07. 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 sellers 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: 2021-08-26 16:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be JBLM, WA 98516 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: Full Power Rack - Minimum Lifetime Warranty - Between 95-96� tall - Over 46� wide - Over 76� deep - Minimum 2 Single Chin Bar - Minimum 1 Double Chin Bar - Minimum 1 Single Bar Storage - Minimum 8 Storage Pins - Minimum 2 Split Change Utility Pins - 3� X 3� tubing, 11 gauge uprights drilled through in 2 directions, spaced on 2� drilled 1 1/16� hole centers - Base of rack is should be drilled with 1 1/16 holes on 2� centers for entire length with feet to raise base of rack. Base of rack should be raised 6� off floor for user safety and comfort. - Anchor feet should be externally rotated at the end of each rack. - Bar hooks (j-hooks) should be laser cut American steel with welded gusset and plastic HDPE plastic inserts. - All bar hooks and pins should have safety, bull nosed machined ends supported and secured through both sides of all drilled uprights for maximum strength yield. - There should be no metal to metal contact during placement of weightlifting bar in bar hooks due to solid, HDPE Plastic Inserts. - All uprights need to accept storage, weight storage, stretch band, pull-up bar, and roller pads in any of 4 directions. - For safety and durability, all assembly bolts of main frame should be secured by at least 1� diameter bolts that can be adjustable with common hand tools. - Plate, chain, and band storage pattern need to be able to be adjusted or changed by customer to suit various needs to any position on the rack. - Front and rear brace of rack should be drilled on 2� centers for accessory attachments. - Approximate 1 1/16� holes should be drilled on 2� centers along the entire length of overhead supports on the top, bottom, and all sides to facilitate stretch band anchor and storage pins. - Rack needs to be band compatible in all 4 directions, overhead and 2 directions on rack base section. - Rack needs to have ability to bolt both a Cable Colum and Lat Pull Down / Low Row Unit to rear or side uprights of Rack using existing pre-drilled holes. - All storage, dip, and locking internal pins should be welded on. - Racks should be equipped with a Safety Strap System. Safety system should be integrated into rack for easy one-hand adjustments and differing heights to account for specific movements and exercises. Minimum 42� long x 3� straps with safety shackles and hardware bolt sets. Straps span the posts inside the rack and rated at least 10,000 lbs per strap. Include HDPE Plastic to protect rack finish., 14, EA; LI 002: High Bridge (8') - The high bridge shall be at least 8' length, 3"" width, 3"" height. - The high bridge must be compatible with the power racks. - High Bridge shall be able to utilize 4-Way Hole Design allowing all bars, brackets, and add-ons to be secured in any direction front to back or side to side., 12, EA; LI 003: Adjustable Bench - Entire frame construction of 11-gauge and 7-gauge 2� square steel bent tubing and at least 70,000 PSI full-pass mig welds and rubber caps. - Integral wheels of solid rubber, 2� diameter (minimum) - Handle at seat-end of bench for ease of transport. - There should be no inserts or additional pads between back and seat pad. - Bench height 17-19�. - Pads should be made with at least 3/4� birch plywood backboard with all corners and edges rounded - 1� thick (minimum) high-density, non-moisture absorbing, closed-cell rebound foam covered with fully-sewn uniroyal �Spirit 2� naugahyde, mounted to frame. - Back pad 11-12� wide x 38-40� long. - Seat pad tapered from 10� (rear) to 6� (front) for comfort. Bench should have ability to be stored in upright position when not in use., 20, EA; LI 004: Performance Bar Must have a weight of 20kg - Must have a diameter of 28.5mm - Must have Olympic & Power Lifting Ring Knurl Marks - No center knurl - Must have a Bright Zinc Shaft Coating - Minimum Tensile Strength of 190k PSI - Must have Hardened Chrome Sleeve Coating - Must have Bronze Bushings, 20, EA; LI 005: Delta Sled Length: 37? - Width: 24? - Height: 30"" - Weight: 40 lbs - Material: 11 Gauge American Steel - Finish: Black Texture Powder Coat - Must have high and low horizontal handle bars - Must have vertical uprights for grip and plate storage - Must have carabiner attachment point - Must have three separate frictions points for maximum versatility, 4, EA; LI 006: Rubber Bumper Plate Set - Weights Included: 1x45lbs, 1x35lbs, 1x25lbs, 1x10lbs - Plate Diameter 17.72� - Durometer 85 +/- 5 - Weight Tolerance +/- 2% - Material Crumb Rubber - Fits Olympic and Specialty Barbells - Warranty 1 year, 56, EA; LI 007: Urethane Change Plate 5lbs - Must have a 92 +/12 Durometer - Must have a 50.50 MM Collar Opening - Tolerance must be w/in 10 Grams of Stated Weight - Must be 220 MM in diameter | 22 MM thick - Must be Urethane Coated material, 28, EA; LI 008: Urethane Change Plate 2.5lbs - Must have a 92 +/12 Durometer - Must have a 50.50 MM Collar Opening - Tolerance must be w/in 10 Grams of Stated Weight - Must be 220 MM in diameter | 22 MM thick - Must be Urethane Coated material, 28, EA; LI 009: Urethane Dumbbell Set - Weights Included: 2x10lbs, 2x15lbs, 4x20lbs, 4x15lbs, 4x30lbs, 4x35lbs, 4x40lbs, 4x45lbs, 4x50bs, 4x60lbs, 4x70lbs - Premium Urethane / Chrome Alloy Steel - Matte Textured Finish - Black Urethane Coating - Hardened Chrome Alloy Steel Handles - Precision Machine Handles (Press-fit into solid steel heads and welded to produce a one-piece solid dumbbell) - Medium Grade Knurling, 1, EA; LI 010: Ductile Iron Kettlebell Set - Weights Included: 4x8kg, 4x12kg, 4x16kg, 4x20kg, 4x24kg - Made in the USA - Minimum 60 KSI Tensile Strength - Must be Made with grade 65-45-12 Ductile iron. - Must be Magnesium treated before casting to prevent and resist cracking during dropping and high intensity training. Resulting product is more than three times stronger than standard gray class 30 cast iron. - Must be Corrosion resistant, bends without cracking, nodular graphite infused, and powder coated for smooth finish. - Must be banded and colored for easy weight recognition, 1, EA; LI 011: Dynamax Medicine Ball Set - Weights Included: 5x10lbs, 5x12lbs, 5x14lbs, 5x20lbs - 14� in diameter - Moisture resistant - Construction and stitching must allow for high-velocity impact, 1, EA; LI 012: Storage Side (3-tier height) - Depth Range 32""-34"" - Minimum Width 3"" - Height Range 36""-48"" - 3� X 3� tubing, 11 gauge uprights drilled through in 2 directions, spaced on 2� drilled 1 1/16� hole centers - Must be compatible with Jammer Arms for Belt Squat Attachment, Cable Columns and Lat Pull/Low Rows, 4, EA; LI 013: Kettlebell Storage Tray - Depth Range 11-13"" - Length 65"" - Height Range 4""-6"" - Must be compatible with Storage Unit Side (3-tier) - Must have inlaid rubber liner on tray, 2, EA; LI 014: Medicine Ball Storage Tray - Depth Range 11-13"" - Length 65"" - Height Range 4""-6"" - Must be compatible with Storage Unit Side (3-tier) - Must have two connector rails compatible with 9�-14� medicine balls, 3, EA; LI 015: Suspension Trainer - Must include Suspension Trainer - Must include Xtender and Locking Carabiner - Must include Allen Wrench - Must include Getting Started Insert, 16, EA; LI 016: Professional Installation -Professional set-up, tuning, and calibration of listed equipment -Inspection of straps, cables and structural integrity of the racks/rigs and equipment -Vendor not responsible for mounting any equipment to the wall or floor, 1, UA; 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 Marketplace. 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. 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. 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, for the extended description here is the website: https://www.acquisition.gov/ 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. 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 The form(s) included in the buy must be returned with your quote. Failure to return the form(s) with your quote will result in your quote not being considered for award. Reporting During Contract Performance Equal Opportunity
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e66655d07c6f417e9353180a745cfee2/view)
 
Place of Performance
Address: 13711 12 ST , JBLM, WA 98516, USA
Zip Code: 98516
Country: USA
 
Record
SN06104383-F 20210821/210821203420 (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.