Federal Bid

Last Updated on 15 Sep 2020 at 9 PM
Combined Synopsis/Solicitation
Kapolei Hawaii

Cardio and ACFT Equipment

Solicitation ID W912J620R0014
Posted Date 15 Sep 2020 at 9 PM
Archive Date 06 Oct 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7m4 Uspfo Activity Hi Arng
Agency Department Of Defense
Location Kapolei Hawaii United states

Hawaii National Guard

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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07, effective August 31, 2020.  This procurement is being solicited as 100% small business set aside with a brand name component (CLIN0008). The designated North American Industry Classification System (NAICS) Code is 339920 Sporting and Athletic Goods Manufacturing, with a size standard of 750 employees.  The following commercial items are requested in this solicitation: 

Contractor shall provide all items listed below. Contract line item numbers (CLINs) and quantities are as follows:

CLIN 0001: One (1) each AMT 733 Adaptive Motion Trainer "or equal"

CLIN 0002: One (1) each EFX 731 Cross Trainer "or equal"

CLIN 0003: Two (2) each TRM 731 Treadmill "or equal"

CLIN 0004: One (1) each UBK 635 Upright Cycle "or equal"

CLIN 0005: One (1) each RBK 635 Recumbent Cycle "or equal"

CLIN 0006: FOB Destination Kapolei, HI 96707

CLIN 0007: 115 each ACFT Pull-Up Bars

CLIN 0008: 18 each ACFT Stationary Bike **Brand Name Requirement**

CLIN 0009: FOB Destination

SLIN000901: Kapolei, HI 96707

SLIN000902: Kihie, HI 96753 (One (1) each ACFT bike)

It is anticipated that a firm-fixed price purchase order will be awarded for the requested supplies as a result of this synopsis/solicitation. Evaluation and award will be based on price.

The following FAR and DFARS provisions are incorporated into this solicitation by reference:

52.204-7, System for Award Management

52.204-16, Commercial and Government Entity Code Reporting

52.204-17, Ownership or Control of Offeror

52.204-20, Predecessor of Offeror

52.204-22, Alternative Line Item Proposal

52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

52.204-26 Covered telecommunications Equipment or Services—Representation

52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation

52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law

52.211-6 Brand Name or Equal

52.212-1 Instructions to Offerors—Commercial Items (DEVIATION 2018-O0018)

52.212-3, Offeror Representations and Certifications- Commercial Items- Alternate I

52.219-1 Small Business Program Representations--Alternate I

52.222-22 Previous Contracts and Compliance Reports

52.222-25 Affirmative Action Compliance

52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation

52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications

252.203-7005, Representation Relating to Compensation of Former DoD officials

252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation

252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation

252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations

252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors

The following FAR and DFARS clauses are incorporated into this solicitation by reference:

**52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards

52.204-13, SAM Maintenance

52.204-18, Commercial and Government Entity Code Maintenance

52.204-19, Incorporation by Reference of Representations and Certifications

**52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities

52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

**52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

**52.209-10 Prohibition on Contracting with Inverted Domestic Corporations

52.211-17 Delivery of Excess Quantities

52.212-4, Contract Terms and Conditions – Commercial Items

**52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items (Class Deviation 2018-O0021)

**52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2020-O0008)

**52.219-14 Limitations on Subcontracting (Class Deviation CD 2020-O0008)

**52.222-3 Convict Labor

**52.222-19 Child Labor Cooperation with Authorities and Remedies. (DEVIATION 2020-O0019)

**52.222-21 Prohibition of Segregated Facilities

**52.222-26 Equal Opportunity

**52.222-50 Combating Trafficking in Persons

**52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving

**52.225-13 Restrictions on Certain Foreign Purchases

**52.232-33 Payment by Electronic Funds Transfer—System for Award Management

52.232-39, Unenforceability of Unauthorized Obligations

52.232-40, Providing Accelerated Payments to Small Business Subcontractors

**52.233-3 Protest after Award

**52.233-4 Applicable Law for Breach of Contract Claim

52.247-34 -- F.o.b. – Destination

252.203-7000, Requirements Relating to Compensation of Former DoD Officials

252.203-7002, Requirement to Inform Employees of Whistleblower Rights

252.204-7003, Control of Government Personnel Work Product

252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors

252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support

252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting

252.211-7003 Item Unique Identification and Valuation

252.225-7001 Buy American and Balance of Payments Program—Basic

252.225-7048 Export-Controlled Items

252.232-7003, Electronic Submission of Payment Requests and Receiving Reports

252.232-7010, Levies on Contract Payments 

252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration

252.243-7001, Pricing of Contract Modifications

252.247-7023 Transportation of Supplies by Sea--Basic

The following provisions and clauses are incorporated by full text in Attachment #1.

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

52.252-1 Solicitation Provisions Incorporated by Reference

52.252-2 Clauses Incorporated by Reference

252.232-7006 Wide Area Workflow Payment Instructions

Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov. If not previously completed, all offerors must complete provision 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, with supporting documentation, to be eligible for award.

Quotes are due by 4:00 p.m. Hawaii Standard Time on Monday, 21 September, 2020. Electronic proposals must be submitted via e-mail to Jonathan R Weber at [email protected]. Facsimile proposals will not be accepted. Questions regarding this solicitation may be directed to Jonathan R Weber at [email protected] no later than 10:00 AM Hawaii Standard Time Tuesday, 15 September, 2020. Reference solicitation number in subject line.

The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. (FAR 52.212- 1(g))

Attachments:

#1 – Purchase Description

#2 – Full Text Provision and Clauses

#3 – Brand Name J&A_redacted

15 September 2020: Please see Solicitation revisions that updates shipping locations as well as Questions and Answers. 2 documents were uploaded entitled Solicitation Revisions and B. Questions and Answers-amended.

Bid Protests Not Available