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 20100533 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 339920 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-09-22 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work.
The DHS Customs and Border Protection (CBP) requires the following items, Brand Name or Equal, to the following:
LI 001: ââ¬Â¢ Elevation Series PowerMill Climber: 95PXP-DOMXX-02
Flash Programmable with USB: Yes
Manager Menu Options: Yes
Cup Holders: 2
Integrated Accessory Tray: Yes
Pedals: Wide Non-Slip Two-Tone Stair/Riser Plug In Accessory: No
Resistance levels : 25
Support Handlebars: No
Compatible Devices: Android; iOS 4.3 & above
Easy To Remove Headphone Jack: Yes
Integrated Reading Rack : Yes
IsoTrackâ⢠Climbing System: No
On the Fly Programming: Yes
Welded Steel Frame, Front Roller Lift Wheels and Rear Levelers: Yes
Wheels: 4 Wheels for Easy Mobility and Positioning
Dimensions: (L x W x H) 55.92 in x 32.81 in x 82.3 in (143 cm x 84 cm x 210 cm)
Weight: 473 lb (215 kg)
3.5mm Headphone Jack: Yes
Max User Weight: 400 lb (182 kg)
Step Up Height: 10.5 in (27 cm)
Auto Start: No
Power Requirements: 100-240 volts, 50/60 HZ, 3 Amps, 1, EA;
LI 002: Row GX Trainer: GROUP-ROW-01
Length: 76.8ââ¬ï¿½ (195 cm)
Width: 31.5ââ¬ï¿½ (80 cm)
Height: 39.4ââ¬ï¿½ (100 cm)
Product Weight: 135 lbs (61.2 kg)
Maximum User Weight: 330 lbs (150 kg)
Fluid Resistance Technology: Yes
Resistance Levels: 16
Adjustable footboard with foot straps: Yes
Heart rate tracking package (receiver and chest strap): Optional
Transport Wheels: Yes
Store Vertically: Yes
Power Requirements: 2 AA Batteries, 2, EA;
LI 003: ââ¬Â¢ Signature Series MJ4: Multi-Jungle Core Tower (MJCORE)
With: MJ Adjustable Pulley (MJAP), MJ Lat Pulldown (MJLP), MJ Low Row (MJRW), MJ Adjustable Pulley (MJAP), and Mj assist dip chin (MJADC).
Multi-Jungle Core Tower: (MJCORE)
Dimensions: (L x W x H) 32.5 in x 32.5 in x 94 in (83 cm x 83 cm x 239 cm)
Weight: 225 lb (103 kg)
MJ Adjustable Pulley: (MJAP)
Dimensions: (L x W x H) 14.5 in x 18.5 in x 92 in (37 cm x 47 cm x 234 cm)
Weight: 260 lb (118 kg)
Product Code: MJAP
Weight Stack Weight: in kgs 95 kg
Weight Stack Weight: in lbs 190 lb
MJ Lat Pulldown: (MJLP)
Dimensions: (L x W x H) 26.75 in x 37.25 in x 92 in (68 cm x 95 cm x 234 cm)
Weight: 340 lb (155 kg)
Product Code: MJLP
Weight Stack Weight: in kgs 130 kg
Weight Stack Weight: in lbs 260 lb
MJ Low Row: (MJRW)
Dimensions: (L x W x H) 26.75 in x 37.25 in x 92 in (68 cm x 95 cm x 234 cm)
Weight: 360 lb (164 kg)
Product Code: MJRW
Weight Stack Weight: in kgs 130 kg
Weight Stack Weight: in lbs 260 lb
MJ Adjustable Pulley: (MJAP)
Dimensions: (L x W x H) 14.5 in x 18.5 in x 92 in (37 cm x 47 cm x 234 cm)
Weight: 260 lb (118 kg)
Product Code: MJAP
Weight Stack Weight: in kgs 95 kg
Weight Stack Weight: in lbs 190 lb
Mj assist dip chin: (MJADC)
Dimensions: (L x W x H) 49 in x 46.5 in x 97.75 in (125 cm x 118 cm x 249 cm)
Weight: 555 lbs (252 kgs)
Product Code: MJADC
Weight Stack Weight: in kgs 147.5 kgs
Weight Stack Weight: in lbs 295 lbs, 1, EA;
LI 004: ââ¬Â¢ SYNRGY360XS Mix Dap+ Rope Pull Combo Plus Accessories: FXTX-CCVR
With: FXTX-CC-0610, FXTX-CV-0717, and FXTX-VR-0803.
Rope Pul: Make it a MIX DAP+ with a Rope Pull
Cable Station: 2
Suspension Chin Up Bar: 1
Rock Grip Chin Up Bar: N/A
Boxing Bag Connector: 1
Accessory Storage Shelves: 3
U-Link Adjustment Columns : 1
Battle Rope Attachments: 3
Step-Up Platform: 1
Dip Handle: N/A
Power Pivot: 1
Rebounder: 1
Stall Bars: 1
Footprint: 9.0' x 9.2' (2.74 m x 2.79 m)
Height: 99" (251 cm)
Weight: 2,068 lbs (938 kg)
Recommended Live Area: 22' x 22' (6.7 m x 6.7 m)
Included Accessories: 1 TRX Suspension Trainer / 2 Short Handles / 2 Long Handles / 1 DAP Training Belt / 1 Synrgy360 Power Pivot Bar
ACCESSORIES:
Dual Handle Covered Bands: 1 medium / 1 extra heavy
Looped Covered Bands: 1 heavy / 1 extra heavy
Battle Rope: 1
Boxing: N/A
Kettle Bells: (1)15 lbs / 8 kg; (1) 20 lbs /12 kg; (1) 30 lbs /16 kg; (1) 40 lbs /20 kg
Slam Balls: N/A
Med Balls: (1) 6 lbs /2 kg; (1) 8 lbs / 3 kg; (1) 10 lbs / 4 kg; (1) 12 lbs / 5 kg
Power Pivot: 1
TRX Rip Trainer: 1, 1, EA;
LI 005: ââ¬Â¢ Hammer Strength HD Athletic Half Rack: AT-HR
With: AT-XM42-06
Dimensions: (L x W x H) 61.5ââ¬ï¿½ x 65.5ââ¬ï¿½ x 97.5ââ¬ï¿½ (156 cm x 166 cm x 248 cm)
Live Area: (L x W x H) 109.5ââ¬ï¿½ x 120ââ¬ï¿½ x 102ââ¬ï¿½ (278 cm x 305 cm x 259 cm)
Weight: 410 lbs (186 kg)
Product Code: AT-HR, 1, EA;
LI 006: ââ¬Â¢ Hammer Strength Plate-Loaded Iso-Lateral Kneeling Leg Curl: IL-KLC
Standard Weight Horns: 2
Starting Resistance: 8 lbs (3.6 kg)
Dimensions: (L x W x H) 43 in x 50 in x 47 in (110 cm x 127 cm x 120 cm)
Weight: 250 lb (114 kg)
Product Code: IL-KLC, 1, EA;
LI 007: ââ¬Â¢ Hammer Strength Plate-Loaded Seated Calf Raise: PL-CALF
Starting Resistance: 60 lbs (27.3 kg)
Frame Description: 11-gauge steel frame ensures maximum structural integrity
Each frame receives an electrostatic powder coat finish to ensure maximum adhesion and durability
Dimensions: (L x W x H) 50 in x 30 in x 55 in (127 cm x 77 cm x 140 cm)
Weight: 200 lb (91 kg)
Product Code: PL-CALF, 1, EA;
LI 008: HT-DHCB-M
DUAL HANDLE COVERED BAND-RED-MED
HT-DHCB-M, 1, EA;
LI 009: HT-DHCB-V
DUAL HANDLE COVERED BAND-GREEN-VHVY
HT-DHCB-V, 1, EA;
LI 010: HT-CLB-H
COVERED LOOP BAND-BLUE-HVY
HT-CLB-H, 1, EA;
LI 011: HT-CLB-V
COVERED LOOP BAND-GREEN-VHVY
HT-CLB-V, 1, EA;
LI 012: KET-BELL
LIFE FITNESS KETTLEBELL - 15LB
LF-KB15-72051, 1, EA;
LI 013: KET-BELL
LIFE FITNESS KETTLEBELL - 20LB
LF-KB20-72055, 1, EA;
LI 014: KET-BELL
LIFE FITNESS KETTLEBELL - 30LB
LF-KB30-72059, 1, EA;
LI 015: KET-BELL
LIFE FITNESS KETTLEBELL - 40LB
LF-KB40-72063, 1, EA;
LI 016: MED-BALL
LIFE FITNESS MEDICINE BALL - 4LB - RED
LF-MB4-71005 QTY (1), 1, EA;
LI 017: MED-BALL
LIFE FITNESS MEDICINE BALL - 6LB - GRAY
LF-MB6-71007, 1, EA;
LI 018: MED-BALL
LIFE FITNESS MEDICINE BALL - 8LB - BLUE
LF-MB8-71009, 1, EA;
LI 019: MED-BALL
LIFE FITNESS MEDICINE BALL - 10LB - BLACK
LF-MB10-71011, 1, EA;
LI 020: GLOVES
LIFE FITNESS BAG GLOVES - PAIR
LF-BG-71211, 2, EA;
LI 021: ROPE
LIFE FITNESS VINYL JUMP ROPE - 9FT - GRAY
LF-JR9-72147, 1, EA;
LI 022: PS-13642
BATTLING ROPE - BLACK
PS-13642, 1, EA;
LI 023: PS-68163
TRX RIP TRAINER
PS-68183, 1, EA;
LI 024: PS-25452
PREMIUM SLAM BALL 6LBS
PS-25452, 1, EA;
LI 025: PS-25454
PREMIUM SLAM BALL 8LBS
PS-25454, 1, EA;
LI 026: PS-25456
PREMIUM SLAM BALL 10LBS
PS-25456, 1, EA;
LI 027: LF-HB-1000
LIFE FITNESS PREMIUM HEAVY BAG-40KG,BLK,W/CHAINS
LF-HB-1000-01, 1, EA;
LI 028: HS-OP
Hammer Olympic Plate 5LB, Urethane, RndX
HS-OP-2004-01, 1, EA;
LI 029: HS-OP
Hammer Olympic Plate 10LB, Urethane, RndX
HS-OP-2003-01, 2, EA;
LI 030: HS-OP
Hammer Olympic Plate 25LB, Urethane, RndX
HS-OP-2002-01, 1, EA;
LI 031: FXT-BM
SYN360 CROSSOVER BOOM CONNECTOR - Medium Boom
FXT-BM, 1, EA;
LI 032: AT-HR
HD ATHLETIC 42" XMEMBER, MULTI-GRIP AT-XM42-06, 1, EA;
LI 033: ACC-OB
HEX BAR-1.9IN DUAL HT GRIP, BLK, 54LBS
ACC-OB-1000-01 QTY (1), 1, EA;
LI 034: ACC-OB
FOOTBALL/SWISS BAR-1.25IN GRIP, BLK, 40LBS
ACC-OB-1002-01, 1, EA;
LI 035: HS-OB
Hammer Olympic Bar, 25MM, Stainless, Bushing,15KG
HS-OB-4000-01, 1, EA;
LI 036: FXT-DIP
SYN360 DIP
FXT-DIP-STD01, 1, EA;
LI 037: Delivery and Installation of all equipment., 1, AU;
Solicitation and Buy Attachments***Question Submission: Interested offerors 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 www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***
For this solicitation, DHS Customs and Border Protection (CBP) intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Customs and Border Protection (CBP) 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 Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at
[email protected]. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or
[email protected] of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the ÃâIncluded in another line itemÃâ function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ÃâSubmit a QuestionÃâ feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive.
New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
Bid MUST be good for 30 calendar days after close of Buy.
Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.
This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.
No partial shipments are permitted unless specifically authorized at the time of award.
Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. Unless otherwise noted.
ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/
The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable).
Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy.
In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to
[email protected].
For Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the DHS/CBP Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this RFQ. Items/services that do not conform to descriptions and part numbers found in this RFQ will be rejected at the time of delivery causing a return at the vendor's expense.
For Exact Match Services Buys Only- In order for a sellers bid to be 'responsive' and considered for award, the seller is REQUIRED to document exactly how they intend to meet the requirements of the SOW. They shall document statement detailing the service for evaluation. Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award.
For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. FAR 52.211-6.
In accordance with the IPP clause; ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (JAN 2016), payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). The Contractor must use IPP for contracts and orders awarded April 11, 2016 or later.
To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https:// www.ipp.gov.
Contractor assistance with IPP enrollment can be obtained by contacting
[email protected] or phone (866) 973-3131.
If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer.
52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014)
(a) 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 and whose offer is the Lowest Priced Technically Acceptable (LPTA). Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The following factors shall be used to evaluate offers:
1. TECHNICAL AND MANAGEMENT APPROACH (non-cost)
Each Offeror will be evaluated on a contractor-provided approach formulated to meet the requirements of the Statement of Work (SOW). The proposal should fully outline the capabilities and methodology to provide the services as required.
2. PAST PERFORMANCE (non-cost)
Offerors will be evaluated on their recent (within the past 3 years) performance of relevant services as described in the requirements of the SOW. Offerors should provide three (3) references for the same or similar work performed for Federal, State, and local government and private clients. For each services project used to demonstrate the relevant past performance, the Offeror must provide appropriate point of contact information for the individual within the client agency/firm overseeing the services performed. An Offeror may also provide information on problems encountered on the identified projects and the offerââ¬â¢s corrective actions. The Government will consider this information, as well as information obtained from any other sources, when evaluating the offerorââ¬â¢s past performance. An offeror will not be evaluated favorably or unfavorably on past performance if the offeror has no record of relevant past performance or for whom information on past performance is not available.
3. PRICE
A comparison of proposal pricing received in response to the solicitation will be made in order to make a determination of fair and reasonable pricing in accordance with the Firm Fixed Price nature of this acquisition action.
Technical and past performance, when combined, are approximately equal to price.
(b) Options. N/A
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government reserves the right to award without discussions with Offerors.
(End of provision)
Bid Protests Not Available