Colorado Bids > Bid Detail

78--Human Performance and Wellness Equipment

Agency:
Level of Government: Federal
Category:
  • 78 - Recreational and Athletic Equipment
Opps ID: NBD00159250082284291
Posted Date: Oct 4, 2023
Due Date: Oct 11, 2023
Source: https://sam.gov/opp/2611a9d5c4...
Follow
78--Human Performance and Wellness Equipment
Active
Contract Opportunity
Notice ID
CARSON10SFGLAP001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
419TH CSB
Office
W6QM MICC-FT DRUM
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 04, 2023 02:10 pm EDT
  • Original Date Offers Due: Oct 11, 2023 11:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 08, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7830 - RECREATIONAL AND GYMNASTIC EQUIPMENT
  • NAICS Code:
    • 713940 - Fitness and Recreational Sports Centers
  • Place of Performance:
    7465 Bad Toelz Rd Fort Carson , CO 80913
    USA
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 CARSON10SFGLAP001 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 2023-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 713940 with a small business size standard of $17.50M.

This requirement is a Small Business Set-Aside and only qualified sellers may submit bids.

The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:

2023-10-11 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Fort Carson, CO 80913

The MICC End User requires the following items, Brand Name or Equal, to the following:
LI 001: Jacked Up Power Rack EXTREME 1:1 All-In-One Functional Trainer Cable Crossover Cage Home Gym W/ Smith Machine (or equal to)Must meet the following specifications:One-To-One (1:1 switchable to 2:1) pulley systemDual 200 lb Weight Stacks (400 lbs Total)Thicker, Wider Uprights 2X3 (vs. 2X2)Aluminum Pulleys (vs. High Impact ABS Plastic)Aluminum Accessory Bars (vs. Tubular Powder Coated)Built In Rods to add Resistance Bands for Smith Machine800 lbs. Max Smith CapacityDual 200 Pound Integrated Weight Stacks for cable exercises (more weight can be added with our optional Weight Extender Pin)Versatile Cable Pulley System with Adjustable 1:1 or 2:1 Resistance (Aluminum Pulleys)Squat RackMain Uprights are made from Super Strong 10 and 12 Gauge Steel!Dip BarsSmith Machine (uses free weights, not included)Free Weight and Bar StoragePull-Up StationLat BarCurl BarTricep RopeTablet/Phone holderMulti-Exercise Y HandlesSeated Row BarShort Pull BarAnkle StrapLeg PressLeg Press SupportJammer ArmsMonoliftLat SeatLat Pull Down ExtenderLeg Curl/Leg ExtensionHip Thrust Pad, 1, EA;
LI 002: ROGUE ECHO BIKE V3.0 (or equal to)Must meet the following specifications:Quality Steel Construction for Dependable StabilityWeight: 123 LBS / 330 LB weight limitHeight: 52.25 (to top of handles)Length: 55 (overall with seat in position furthest from fan cage)Width: 29.5 (at handles - widest point)Footprint: 44.5 x 23.75LCD Console Display (5" wide x 8" tall) with customizable modes - Bluetooth / ANT+ compatible. Batteries included.Belt Driven Steel FanAdjustable Seat with 11 height and 5 front/back settings1.5 Diameter Rubber Grip HandlesMetal PedalsTexture Black powdercoat finishRubber Leveling FeetAll Hardware & Assembly Tools Included, 1, EA;
LI 003: BLACK CONCEPT 2 ROWERG ROWER - PM5 (or equal to)Must meet the following specifications:Includes PM5 Performance Monitor**Includes Device HolderFlywheel design for a smooth feel and minimal noiseSpiral Damper with adjustable 1-10 settingsThe ergonomic handle promotes natural arm and hand position.Height: Standard (14" at seat) Seat moves smoothly on aluminum rail / stainless steel trackAdjustable monitor arm and simple two-part separation for compact storageFlexfoot footrests adjust for quick and easy sizingEasy assembly with tools and illustrated instructions includedCaster wheels for mobilityNickel plated steel chainMonorail Length: 54"Welded steel support legsDouble powder coat finish plus clear top coatWeight: Standard - 57LB, Tall - 68LB500LB max user weight, 1, EA;
LI 004: THE OHIO BAR - CERAKOTE (or equal to)Must meet the following specifications:Diameter: 28.5MMWeight: 20KGDual Knurl Marks for Oly and Power liftsNo Center KnurlF-Scale Rating: F8-R190,000 PSI Tensile Strength SteelComposite BushingsCerakote Finish option in Custom Colors w/ Rogue brandingSleeve Finish Options: Chrome or Proprietary Matte BlackLifetime Warranty Against Bending*, 4, EA;
LI 005: ROGUE OSO BARBELL COLLARS (or equal to)Must meet the following specifications:Designed to be used on 50MM Olympic Bar Sleeves6061 Billet Aircraft Grade AluminumWidth: 1.5"Black Rubberized interior lining to protect barLocking clamp mechanism for secure holdColor: Gunmetal Gray w/ Rogue branding2 Year Warranty*, 4, EA;
LI 006: ROGUE HG 2.0 BUMPER PLATES (or equal to)8x 10 lbs8x 15 lbs8x 25 lbs8x 35 lbs8x 45 lbs 8x 55 lbsMust meet the following specifications:Diameter: 450MM / 17.72" (IWF Standard)Collar Opening: 50.40MM / 1.98"Stainless Steel InsertsWeight Tolerance: +/- 1% of claimed weightMinimal BounceUpdated artwork with Rogue logo in black on black, 1, EA;
LI 007: ROGUE ADJUSTABLE BENCH 3.0 (or equal to)Must meet the following specifications:Steel Notes: Frame - 3"x3" 11 Gauge Steel(10) Back Adjustment Positions: 0, 15, 30, 37.5, 45, 52.5, 60, 67.5, 75, and 85 degrees(3) Seat Adjustment Positions: 0, 15, 30 degreesPad Height: 17.5" Flat , 55.75" at 85 degreesPad Width: 11" (USA Textured Foam Pad)Pad Length: 52" (Overall Pad Length)Foot Print: 24.75" Rear Foot Width x 56.5" Length at BaseUnit Weight: 125 LBSBuilt-In Vertical Storage Stand1 Gap between Seat/Back PadWheels & Handle for mobilityCustom Rubber Feet on legs to prevent sliding, protect floorStainless Steel Adjustment Rails, 3, EA;
LI 008: VERTICAL PLATE TREE 2.0 (or equal to)Must meet the following specifications:26" , 12" post length L x 24" W x 50" HNew, Bolt-Together Base Design w/ Triangle Plates(6) 12 Plate Storage Posts Schedule 40 constructionAll 3 Tiers compatible with Full-Size 450mm / 1.9" OD Olympic PlatesWeight post spacing: 18.275" on center, 2, EA;
LI 009: 3 ft. x 4 ft. Utility Rubber Stall Mat, Black (or equal to)Must meet the following specifications:48 in. x 36 in. x 1/2 in. size provides generous coverage100% recycled rubber horse stall mats offer tough constructionCan be installed on any hard surface for versatile useHeavy-duty design withstands daily wear and tearNo glue or anchors required for simple installation, 20, EA;
LI 010: ROGUE RUBBER HEX DUMBBELLS (or equal to)1x pair 10 lbs1x pair 15 lbs1x pair 20 lbs1x pair 25 lbs1x pair 30 lbs1x pair 35 lbs1x pair 40 lbs1x pair 45 lbs1x pair 50 lbs1x pair 55 lbs1x pair 60 lbs1x pair 65 lbs1x pair 70 lbs1x pair 75 lbs1x pair 80 lbs1x pair 85 lbs1x pair 90 lbs1x pair 95 lbs1x pair 100 lbsMust meet the following specifications:Tolerance: +/- 3%Handle Diameter: 25MM up to 10LB, 35MM for 12.5LB and aboveHeavy-duty Rubber Encased Heads: minimize noise, floor damage, and wear and tear on the dumbbells themselves.Easy-grip, ergonomic Chrome-Plated HandleProprietary head to handle construction ensures the head does not come loose, 1, EA;
LI 011: UNIVERSAL STORAGE SYSTEM 2.0 (or equal to)Must meet the following specifications:Storage Rack for Kettlebells, Dumbbells, Medicine BallsAvailable in 2 Tier - 29.25" / 3 Tier - 45.25" (Add 3.25" for Dumbbell Top Shelf)Overall Footprint: 76.5" overall (70" shelf) x 23.75" (depth)Shelf Length: 70 (enough to stack sixteen 70LB kettlebells stacked two deep)2x3" and 3x3" 11-Gauge Steel Uprights, 0.1875" Laser Cut ShelvesSignature Black Powdercoat Finish(4) Caster Wheels and Rubber Feet included standard, 2, EA;

Solicitation and Buy Attachments

***Question Submission: Interested Sellers 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 https://marketplace.unisonglobal.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. A Seller 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 Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com.Sellers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Sellers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Sellers 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) codefor this procurement can be found. The small business sizestandard 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 CommandOffice of Command Counsel-Deputy Command Counsel4400 Martin RoadRm: A6SE040.001Redstone Arsenal, AL 35898-5000Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.milThe 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 GovernmentBuildings, 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, Materialinspection 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 a pass fail requirement. Evaluation is based on a lowest price technically acceptable.

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@army.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*****

Reporting During Contract Performance

Equal Opportunity

Prohibition on a ByteDance Covered Application
Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 45 WEST STREET
  • FORT DRUM , NY 13602-5220
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 04, 2023 02:10 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >