Gym Equipment
This is canelled. It was reposted W91ZRS20R0032 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format Subpart 12.6, as supplemented with additional infor... This is canelled. It was reposted W91ZRS20R0032 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06 dated 05 June 2020 This solicitation number W91ZRS-20-R-0027 is for the Connecticut Army National Guard (CTARNG). The USPFO for Connecticut intends to award a Firm-Fixed Price contract for Gym Equipment and Floor. This request is due by 29 June 2020 at 02:00 p.m. (Eastern Time). This solicitation is 100% small business set aside. The North American Industry Classification System (NAICS) code for this acquisition is 339920– Sporting and Athletic Goods Manufacturing. The small business size standard is 750 in number of employees. Instructions to Offerors All questions shall be in writing. Questions may be faxed to Leslie Fedler at 860-386-4070 or emailed at leslie.a.fedler.civ@mail.mil. Questions must be submitted No Later Than 25 June 2020. All quotes are due no later than 02:00 p.m. eastern time, 29 June 2020. Quotes may be faxed to Leslie Fedler at 806-386-4070 or emailed to leslie.a.fedler.civ@mail.mil. It is your responsibility to make sure your quote is received. The fact that the contracting office did not receive your quote due to an error on the fax machine or email address does not change the due date or time. Basis for Award Award shall be made to a single offeror. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government has the right to use Government contracts that the vender has previously won as their past performance rating. Price Evaluation The price should be fair and reasonable. The contractor should as part of the quote have all costs explain in their quote. Proposals will be evaluated on a Best Value and proposals. A quote which does not have the price break down and that does not includes all costs the Government shall consider the quote non-responsive. The determination that a quote is reasonable will be based on competitive quotation/offers and historical history. The most important is price. Sam’s Registration: Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, they may do so through the SAM website at http://www.sam.gov. Payment shall be paid thru the wide area workflow program. All payments are net 30 days. All Offerors must accept this as payment. The wide area workflow website is https://wawf.eb.mil/. Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Performance Work Statement Provide delivery and installation for gym equipment and flooring. Location is 360 Broad St, Hartford CT 06105. This is meet or exceed. (not brand name only) Provide quote for all equipment There are no stairs. SEE: SOW Gym Padding Breakdown and SOW Gym Equipment Breakdown Must be Commercial Grade High Quality New Items Only It is the offeror's responsibility to prove their product meets or exceeds by demonstrating their product, at a minimum, has the same features and functionality of the requested items. Providing brochures, specifications and/or quotes alone is not enough for the Government to make a decision. The offeror should provide an understandable chart with the products technical qualifications. The Government is not responsible for developing a conclusion from insufficient information provided. Company must have all equipment and the capability of putting in the floor. No partial orders accepted. STRENGTH EQUIPMENT Clin No. Product QTY 1. DB@HEX-U5-75 KIT-5-75LB URETHANE HEX DBELLS 2 --* kits comprised of *-- DB-HEX-U005 5LB. URETHANE HEX DB/EA. 4 DB-HEX-U010 10LB URETHANE HEX DB/EA. 4 DB-HEX- U015 15LB. URETHANE HEX DB/EA. 4 DB-HEX- U020 20LB. URETHANE HEX DB/EA. 4 DB-HEX-U025 25LB. URETHANE HEX DB/EA. 4 DB-HEX-U030 30LB. URETHANE HEX DB/EA. 4 DB-HEX-U035 35LB. URETHANE HEX DB/EA. 4 DB-HEX-U040 40LB. URETHANE HEX DB/EA. 4 DB-HEX-U045 45LB. URETHANE HEX DB/EA. 4 DB-HEX-U050 50LB. URETHANE HEX DB/EA. 4 DB-HEX-U055 55LB. URETHANE HEX DB/EA. 4 DB-HEX-U060 60LB URETHANE HEX DB/EA. 4 DB-HEX-U065 65LB. URETHANE HEX DB/EA. 4 DB-HEX-U070 70LB. URETHANE HEX DB/EA. 4 DB-HEX-U075 75LB. URETHANE HEX DB/EA. 4 2. DB-HEX-U080 80LB. URETHANE HEX DB/EA. 2 3. DB-HEX-U085 85LB. URETHANE HEX DB/EA. 2 4. DB-HEX-U090 90LB. URETHANE HEX DB/EA. 2 5. DB-HEX-U095 95LB. URETHANE HEX DB/EA. 2 6. DB-HEX-U100 100LB. URETHANE HEX DB/EA. 2 7. TRU/XFW-6800 TRUE SMITH MACHINE XFW6800-19 1 8. TRU/XFW-5000 TRUE BENCH-PREACHER CURL XFW5000-19 1 9. TRU/XFW-8300 TRUE DUAL SIDED HALF RACK XFW8300-19 2 10. TRU/XFW-8300/CHB TRUE XFW-8300 PULLUP BAR XFW83-CHB 4 11. TRU/XFW-8300/CRT TRUE XFW-8300 CORE TRAINER XFW83-CRT 2 12. TRU/XFW-8300/DIP TRUE XFW-8300 DIP ATTACHMENT XFW83-DIP 2 13. TRU/XFW-8300/PLT TRUE XFW-8300 PLATE STORAGE XFW83-PLT 2 14 TRU/XFW-8200 TRUE BENCH-3 WAY OLY W/PLATE XFW8200-19 2 15 PL-OLY-HOG-45 45LB HAMPTON CAST GRIP PLATE 12 16 PL-OLY-HOG-35 35LB HAMPTON CAST GRIP PLATE 4 17 PL-OLY-HOG-25 25LB HAMPTON CAST GRIP PLATE 4 18 PL-OLY-HOG-10 10LB HAMPTON CAST GRIP PLATE 10 19 PL-OLY-HOG-05 5LB HAMPTON CAST GRIP PLATE 4 20 PL-OLY-HOG-02.5 2. 5LB HAMPTON CAST GRIP PLATE 4 21 BARS-OLY7-TROY/PWR 7FT POWER BAR-BLACK 1500LB AOB1500 28MM 6 22 TRU/SF-1000.19 TRUE FLAT/INCLINE BENCH CHARCOAL/BLACK UPH 5 23 HOIST-CMS-6175 HOIST STAND ALONE ADJ HI/LO PULLEY FOR JUNGLE 2 24 TRU/SF-1050.19 TRUE DB RACK 10 PR CHARCOAL 7 25 HAM-HMP/R HAMPTON MULTI-PURPOSE STORAGE RACK HMP-R 845.00 1 26 HOIST-CMJ-OPT-1 HOIST CROSSBAR FOR CMS-6175 1 CARDIO EQUIPMENT 27 TRU-B/C650T.19 TRUE C650 TREADMILL BASE 2 28 TRU-C/EMG.19 TRUE EMERGE CONSOLE 2 FLOORING 29 ECORE-ULTRA/EL46 ECORE QUAD ULTRATILE GRIPPIN GRAY 2X2 400 30 ECORE-ULTRA/QBC ULTRATILE QUAD CONNECTOR, EA 400 31 ECORE-ULTRA/EL46-R ECORE QUAD ULTRATILE REDUCER GRIPPIN GRY 2 20 32 DEL-INST DELIVERY & INSTALLATION - FLOORING 1 33 FREIGHT 1 34 DEL-INST DELIVERY & INSTALLATION 1 The following provisions are included in this acquisition: FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation—Commercial Items; DFAR 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFAR 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFAR 252.204-7011, Alternative Line Item Structure; DFAR 252.225-7031; The following clauses apply to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.204-18, Commercial and Government Entity Code Maintenance; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.212-4, Contract Terms and Conditions—Commercial Items; 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items; FAR 52.219.28, Post Award Small Business Program Rerepresentation: FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Contractor Registration; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.252-2, Clauses Incorporated by Reference; DFAR 252.201-7000, Contracting Officer’s Representative; DFAR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFAR 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFAR 252.204-7004, Alternate A; DFAR 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information; DFAR 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFAR 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; DFAR 252.211-7003, Item Unique Identification and Valuation; DFAR 252.223-7008, Prohibition of Hexavalent Chromium; DFAR 252.225-7001, Buy American and Balance of Payments Program; DFAR 252.225-7048, Export-Controlled Items; DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; ;DFAR 252.232-7006, Wide Area Workflow Payment Instructions; DFAR 252.232-7010, Levies on Contract Payments; DFAR 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFAR 252.244-7000, Subcontracts for Commercial Items; DFAR 252.247-7023 ALT III , Transportation of Supplies by Sea; Provisions and Clauses for this synopsis/solicitation can be found at http://farsite.hilll.at.mil. As prescribed in 32.705-1(a), insert the following clause: (End of clause)
Data sourced from SAM.gov.
View Official Posting »