New York Bids > Bid Detail

78--Strength Equipment

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 78 - Recreational and Athletic Equipment
Opps ID: NBD00159555477530936
Posted Date: Aug 23, 2023
Due Date: Aug 30, 2023
Solicitation No: DRUMMICCDRH0005
Source: https://sam.gov/opp/34e416579f...
Follow
78--Strength Equipment
Active
Contract Opportunity
Notice ID
DRUMMICCDRH0005
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: Aug 23, 2023 10:59 am EDT
  • Original Date Offers Due: Aug 30, 2023 03:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 26, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7810 - ATHLETIC AND SPORTING EQUIPMENT
  • NAICS Code:
    • 339920 - Sporting and Athletic Goods Manufacturing
  • Place of Performance:
    1990 Munns Corner Rd Fort Drum , NY 13603
    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 DRUMMICCDRH0005 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 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 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:

2023-08-30 15:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Fort Drum, NY 13603

The MICC End User requires the following items, Brand Name or Equal, to the following:
LI 001: Adjustable Bench constructed of 11-gauge and 7-gauge 2"-3 square steel bent tubing with but-type miter corners and 70,000+ PSI full-pass mig welds all open ends capped with welded-on steel/ rubber caps. All uprights are supported and gusseted for maximum integrity. All attachment bolts are 1/2"+ diameter grade #5 with anti-vibration locking systems. Integrated urethane wheels. Wide set 10"+ bearing blocks for 34"+ pivot pin to ensure back pad stability and longevity. Flat stock, gravity-activated angle support. Minimal gap (1 1/2") area between seat and back pad when bench is in 0 (horizontal) position. Bench pads are made with 3/4"+ birch plywood backboard with all corners and edges rounded; 1"+ thick high-density, non-moisture absorbing, closed-cell rebound foam covered with fully-sewn premium naugahyde leather. Adjustable to 7 positions; 0 , 15 , 30 , 45 , 60 , 75 , 90 . Urethane wheels and an integrated vertical rubber storage stopper., 10, EA;
LI 002: Double Half Squat Rack constructed with 11 Gauge Steel, minimum weight of 657lbs, minimum tubing of 3 x 3, minimum depth of 56.5, minimum width of 47, minimum height of 95.4, numbered holes 1 inch apart from top to bottom on the rack. Four-way hole design, and includes the following: 2 pr Sandwich Style J-Cups, 2 pr Half Spotter Bars, 10 XL Weight Pins, 4 Temporary Urethane Utility Pins, 2 Single Chin Bars, 2 Landmines, 1 Utility Seats, 1 Utility Seat w/ 2 Bar Storage, 2 pr Roller Pads, 5, EA;
LI 003: 5-150lbs Dumbbells in increments of 5lbs with Black Urethane Coating, Hardened Chrome Alloy Steel Handles, Precision Machined Handles (Press-fit into solid steel heads and welded to produce a one-piece solid dumbbell), Medium Grade Knurling. Include 3 tier storage rack to ensure all dumbbells are stored off the ground and on the rack., 2, EA;
LI 004: 45lb Bumper Plates constructed with ultra urethane, with a diameter of 17.72, the hub is 4140 polished steel, a durometer rating of 91 ShoreA +-1, and a lifetime warranty, 60, EA;
LI 005: 25lb Bumper Plates constructed with ultra urethane, with a diameter of 17.72, the hub is 4140 polished steel, a durometer rating of 91 ShoreA +-1, and a lifetime warranty, 40, EA;
LI 006: 10lb Bumper Plates constructed with ultra urethane, with a diameter of 17.72, the hub is 4140 polished steel, a durometer rating of 91 ShoreA +-1, and a lifetime warranty, 40, EA;
LI 007: 2.5lb urethane coated change plate, 180 MM in diameter and 20MM thick, tolerance within 10 grams of stated weight, collar opening 50.50 MM, a durometer of 92+/12, 40, EA;
LI 008: 5lb urethane coated change plate, 220 MM in diameter and 22MM thick, tolerance within 10 grams of stated weight, collar opening 50.50 MM, a durometer of 92+/12, 40, EA;
LI 009: Neck strengthening device that affixes to user's head. Includes adjustable headset, that can be used with any existing weight-loaded cable pulley system, pneumatic resistance machine, or a resistance band connected to a rack, door, or any stable vertical post. Includes the following specification parameters: Adjustable Rotational Resistance with dial, A La Carte Resistance Band Options: Super Heavy (50 lbs max resistance), Very Heavy (35 lbs), Heavy (25 lbs), Light (10 lbs), and Lightest (5 lbs)Band Length: 3 feet +, 3, EA;
LI 010: Adjustable safety squat bar with a cambered pop-pin mechanism that can be set at (6) different fixed positions separated by 30 degrees of variance, replicating each of these common squat movement patterns: Hip hinge, back squat (low and high bar), SSB, Front Squat, and Goblet Squat. Must be able to create 24 different setting combinations. Bar length of 91.25+, 12 distance between handles, Loadable sleeve length of 15.75+, 50.5 of distance between load sleeves, matte black finish, and a bar weight of 25KG+., 2, EA;
LI 011: Specialty bar Bar with a Weight of 55lbs, Diameter of 31.75mm (1.25"), length of 95", bar load Sleeve Length of 17.25", Loadable Area Finish/Plating:Zinc, Black Oxide, Nickel, Knurl:Sharp Steel Chrome-AlloyHardware:Oil-Impregnated Bronze Bushing, Load Capacity:1500lbsEnd Cap:Stamped, Stainless Steel, 2, EA;
LI 012: Cable cross machine with one-handed arm adjustments that allows exercises to adjust the machine's arms both horizontally and vertically with just one hand. Cable length allows for full flexion and extension. Single arm: 76 in / 193 cm, two arms: 38 in / 96.5 cm. Weight stacks must be enclosed to limit access to moving parts for safety. Constructed with 11- and seven-gauge steel and electrostatically powder-coated. 97 inches + of cable arm travel per side. Molded floor protectors, maximum user weight of at least 350lbs. Dual weight stacks with a minimum of 240lbs per stack. Minimum Dimensions L x W x H 70 x 122 x 92 in. Footprint 70 x 122 in., 4, 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
  • Aug 23, 2023 10:59 am 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 >