RFQ Training Center Command Gym Equipment
Solicitation W912NS22Q4025. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included i... Solicitation W912NS22Q4025. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 W912NS22Q4025 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-07. This procurement is posted as a Service Disabled Veteran Owned Small Business set-aside. The North American Industry Classification System (NAICS) Code: 339920 – Sporting and Athletic Goods Manufacturing and the Federal Product/Service Code: 7810 - Athletic and Sporting Equipment. The small business size standard is 750 Employees. The following commercial items are requested: CLIN 0001: Flat Bench - 5 Each CLIN 0002: 5LB-100LB Dumbell Set - 1 Each CLIN 0003: Dumbell Rack - 2 Each CLIN 0004: 45LB Urethane Plate - 16 Each CLIN 0005: 35LB Urethane Plate - 8 Each CLIN 0006: 25LB Urethane Plate - 8 Each CLIN 0007: 10LB Urethane Plate - 8 Each CLIN 0008: 5LB Urethane Plate - 8 Each CLIN 0009: 2.5LB Urethane Plate - 8 Each CLIN 0010: Olympic 45LB Barbell - 3 Each CLIN 0011: Olympic Barbell Collars - 10 Each CLIN 0012: Pro Half Rack with Platform - 1 Each CLIN 0013: Kettle Bell, Rubber Encased (10LB) - 2 Each CLIN 0014: Kettle Bell, Rubber Encased (75LB) - 2 Each CLIN 0015: 2-Tier Shelve Kettlebell Rack - 1 Each CLIN 0016: Multipurpose Bench, adjustable - 2 Each CLIN 0017: Commercial Grade Treadmill - 3 Each CLIN 0018: Commercial Grade Elliptical Trainer - 2 Each CLIN 0019: Foam Roller (6"x36") - 3 Each CLIN 0020: Glassless Mirror, Wall Mount - 4 Each CLIN 0021: Weight Storage Rack - 3 Each CLIN 0022: SELECTEDGE DIP / Chin Assist Combo - 1 Each CLIN 0023: Arm Curl Bench - 1 Each CLIN 0024: Cable Attachment Bar Set - 1 Each CLIN 0025: Tricep Rope - 1 Each See attached file “B8 Purchase Description…” file for CLIN Structure and detailed requirements. DELIVERY: FOB Destination ‘90 days’ ARO to 18159 South K highway, Nevada, Mo 64772 Question Submission Instructions: Submit questions electronically via email to craig.l.lueckenotto.civ@army.mil and Hediberto.roman.civ@army.mil utilizing the following subject: RFI W912NS22Q4025 "Company Name". All questions shall be submitted by 1:00 P.M./1300 Central Time on 31 August 2022. Quote Submission Instructions: Submit your quote on Company Letter Head (include CAGE) or the attached “Purchase Description…” file. Offeror shall utilize the Contract Line Item Number (CLIN) structure when submitting Quote. Quote Price shall include any delivery charges FOB-Destination, shall ensure the product specifications fully meet criteria of the RFQ, and Delivery Requirement. Quote shall be good for a minimum of 30 days from the final date of this RFQ. If offeror fails to fully demonstrate Quoted items meet the specifications, they shall be considered not acceptable or non-responsive. Submit quotes electronically via email to craig.l.lueckenotto.civ@army.mil and Hediberto.roman.civ@army.mil utilizing the following subject: RFQ W912NS22Q4025 "Company Name". All quotes shall be submitted by 1:00 P.M./1300 Central Time on 6 September 2022. Late submissions will not be considered. Basis of Award: Price Only after demonstrating the ability to meet or exceed the specifications of the items or services requested. Award: will be a firm-fixed price purchase order. The Missouri National Guard reserves the right to look at past performance, references, and SBA certificate of competency before finding technically acceptable. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. Payment: invoiced and paid through Wide Area Work Flow (WAWF). The following provisions and clauses apply to this acquisition: 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside, (SEP 2021) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017), FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017), FAR 52.204-7 System for Award Management (OCT 2018), FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020), FAR 52.204-13 System for Award Management Maintenance (OCT 2018), FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020), FAR 52.204-17 Ownership or Control of Offeror (AUG 2020), FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020), FAR 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014), FAR 52.204-20 Predecessor of Offeror (AUG 2020), FAR 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred Suspended, or Proposed for Debarment (NOV 2021), FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015), FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016), FAR 52.212-3 ALT I Offeror Representations and Certifications -- Commercial Items (NOV 2021), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (NOV 2021), FAR 52.212-5 Contract Terms and Conditions Required to Implement statutes or Executive Orders—Commercial Items (Deviation 2018-00021) (Sep 2021), FAR 52.215-8 Order of Precedence-Uniform Contract Format (OCT 1997), FAR 52.219-1 Small Business Program Representations (MAR 2020), FAR 52.219-13 Notice of Set-Aside of Orders (MAR 2020), FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008) (SEP 2021), FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999), FAR 52.222-26 Equal Opportunity (SEP 2016), FAR 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013), FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021), FAR 52.233-3 Protest After Award (AUG 1996), FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004), DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011), DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013), DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2021), DFARS 252.204-7003 Control of Government Personnel Work Product (APR 1992), DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (OCT 2016), DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (DEC 2019), DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (MAY 2016), DFARS 252.211-7003 Item Unique Identification and Valuation (MAR 2016), DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (SEP 2019), DFARS 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors (SEP 2019), DFARS 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (SEP 2014), DFARS 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013), DFARS 252.225-7001 Buy American and Balance of Payments Program (DEC 2017), DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (DEC 2017), DFARS 252.225-7036 Buy American—Free Trade Agreements--Balance of Payments Program (DEC 2017), DFARS 252.225-7048 Export-Controlled Items (JUN 2013), DFARS 252.232-7003 Electronic Submission of Payment Requests and receiving reports (DEC 2018), DFARS 252.232-7006 Wide Area Workflow Payment Instructions (DEC 2018), DFARS 252.232-7010 Levies on Contract Payments (DEC 2006), DFARS 252.232-7017 Accelerating Payments to Small Business Subcontractors—Prohibition on Fees and Consideration (APR 2020), DFARS 252.243-7001 Pricing of Contract Modifications (DEC 1991), DFARS 252.244-7000 Subcontracts for Commercial Items (JAN 2021), DFARS 252.247-7023 Transportation of Supplies by Sea (FEB 2019), 52.252-2 Clauses Incorporated by Reference. (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/ (End of clause) 52.252-5 Authorized Deviations in Provisions. (Nov 2020) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 52.252-6 Authorized Deviations in Clauses (NOV 2020) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause)
Data sourced from SAM.gov.
View Official Posting »