Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:RFQ_W9124V23P00XX
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This a...
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This Solicitation, RFQ_W9124V23P00XX is issued as a request for quote (RFQ) utilizing FAR Part 13 – Simplified Acquisition Procedures. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05, effective SEP 22, 2023. 1. REQUIREMENT DESCRIPTION The Montana Army National Guard has a requirement for fitness equipment to support Soldier Readiness and enable our Holistic Health and Fitness (H2F) team host the Army Master Fitness Training at an indoor Army Combat Fitness Test (ACFT) facility. This equipment will replace outdated, out-of-warranty, and broken equipment. This equipment will be placed in the Fit to Win Facility on Fort Harrison, MT, and outlying Montana armories. 2. INSTRUCTIONS TO QUOTERS 2.1. BASIS FOR SELECTION: The Government intends to award a firm-fixed price delivery order that can provide the supplies/service that represents the best value to the government when evaluating price and other-than-price factors: * Equipment that is comparable to a dues-paying commercial gym/workout facility * Quality/Durability, Equipment Warranties * Maintenance and Service availability & capabilities * Freight/delivery with lift-gate/install capabilities * Past performance: Past performance will include data pulled from Supplier Performance Risk System (SPRS) located in the Procurement Integrated Enterprise Environment (PIEE) platform. Evaluation may also include information pulled from CPARS, FAPIIS, EDA, available government databases, and other sources. 2.2 Multiple awards may be made from this RFQ. Vendors are encouraged to submit a quote even if it is only for a portion of the required items. 2.3 This is a 100% small business set aside under the North American Industry Classification System (NAICS) code 339920 – Sporting and Athletic Goods Manufacturing, with a Size Standard of 500 employees. NOTE: If this NAICS is not listed as one of your organization’s codes in the System for Award Management (SAM) website, you will need to certify your business size for this NAICS (prior to award), via FAR Clause 52.212-3, Alternate I, Offeror Representations and Certifications--- Commercial Items Alternate I.” 2.4 Quote shall include shipping to Fort Harrison, MT 59636 (Building Number will be given after award). Shipping shall be free on board (FOB) destination CONUS (Continental U.S.). 27 September 2023 Page 2 of 16 2.5 Invoicing shall be through WAWF at https://piee.eb.mil and payment will be Electronic Funds Transfer (EFT) from Defense Finance and Accounting Service (DFAS). 2.6 New products ONLY; NO re-manufactured or "gray market" items. All items shall be covered by the full manufacturer's warranty. 2.7 See Section 4.0 for a partial list of applicable Provisions/Clauses. 2.8 Quoters shall submit an itemized quote with images, item descriptions/part numbers/brand, warranty information, service capabilities and individual pricing for all. 2.9 Provide the following information on your quote: * Point of contact information * SAM.gov UEI# and CAGE/DUNS number * GSA Contract # * Place of manufacturing, * Delivery time after award, * Business size, and socio-economic status 2.10 IMPORTANT FACTS FOR QUOTERS: * The existing equipment will be removed from the building prior to new equipment arriving. * The equipment will be delivered to the actual Physical Fitness Training Facility, which will require a lift gate. * The Government requires the installation service. * The intent of the Government is not to require brand name; if there should be brand name identified in this RFQ, it is unintentional put in from market research phase. SEE ATTACHED SOW.