1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Solicitation number FA2860-12-T-0004 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52. All responsible sources may submit an offer to be considered by the agency.
2. This requirement is a 100% small-business set-aside. This is a brand name or equal requirement. Any item with the same salient physical, functional, and performance characteristics of the brand name item will be accepted. If providing an equivalent item, interested parties must submit clear and convincing documentation that the submitted model is, in fact, an equal item. An item will be deemed equal and technically acceptable if it has all the characteristics listed under CLIN 0001 below. See clause 52.212-2, "Evaluation Procedures", located below in this solicitation for further details on evaluation procedures. The North American Industry Classification System (NAICS) code is 339920 ("Sporting and Athletic Goods Manufacturing"), and the business size standard is 500 employees.
3. The Government will award a firm fixed price contract for spin bikes for the West Fitness Center located on Joint Base Andrews. The following items are being procured:
CLIN Description:
0001 BRAND NAME: KEISER M3 INDOOR CYCLE
OR EQUAL
- Weight: 113 lbs (or less)
- Length: 49" (or less)
- 1 yr warranty (All-inclusive)
- Magnetic resistance
- Easy access smooth resistance shifter
- Combo/dual pedals
- Aluminum frame/parts
- Belt-driven (No adjustment required)
**Please include a photo of the item being quoted in offer.**
Quantity: 60 Each
CLIN Description: 0002 FREIGHT/INSTALLATION
(**Installation includes placement inside facility and complete assembly**)
Quantity: 1 Lot
4. Delivery Information
FOB: Destination
Delivery date: 30 days after date of contract
Delivery address: 11th FSS
West Fitness Center
1444 Concord Avenue
Joint Base Andrews MD 20762
Contractor must provide an affirmative statement of their ability to meet the delivery requirement of 30 days after date of contract.
5. Clauses & Provisions
It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/.
The following provisions are applicable:
52.211-6 - Brand Name or Equal (Aug 1999);
52.212-1 - Instructions to Offerors - Commercial;
52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a ‘Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. The government may communicate with an offeror in order to clarify or verify information submitted in their offer. An equivalent item will be deemed ‘equal' and technically acceptable if it has all the following characteristics:
BRAND NAME: KEISER M3 INDOOR CYCLE
OR EQUAL SPIN BIKES
- Weight: 113 lbs (or less)
- Length: 49" (or less)
- 1 yr warranty (All-inclusive)
- Magnetic resistance
- Easy access smooth resistance shifter
- Combo/dual pedals
- Aluminum frame/parts
- Belt-driven (No adjustment required)
52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from http://orca.bpn.gov if registered in ORCA (On-line Representations and Certifications Application). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration.
52.214-31 - Facsimile Bids (Dec 1989);
52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998).
The following clauses are applicable:
52.212-4 - Contract Terms and Conditions - Commercial Items (June 2010);
52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011) (DEVIATION);
52.219-6 - Notice to Total Small Business Set Aside (Jun 2003);
52.222-3 - Convict Labor (Jun 2003);
52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jul 2010);
52.222-21 - Prohibition of Segregated Facilities (Feb 1999);
52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008);
52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997);
52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004);
52.247-34 - F.O.B. Destination (Nov 1991);
52.252-2 - Clauses Incorporated by Reference (Feb 1998)
52.252-6 - Authorized Deviations in Clauses (Feb 1998)
252.204-7004 - Alternate A, Central Contractor Registration (Sep 2007);
252.212-7001 - Contract Terms and Conditions Required to Implement Status (DEVIATION)
252.232-7010 - Levies on Contract Payments (Dec 2006);
252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) (DEVIATION) applies to this acquisition and specifically the following clauses under paragraph (b) are applicable:
252.225-7001 - Buy American Act and Balance of Payments Program (Jan 2009);
252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Mar 2008);
5352.242-9000 - Contractor Access to Air Force Installations (Aug 2007).
The following local clauses apply to this acquisition:
11CONS-004 - Environmental Compliance;
11CONS-007 - Personnel Security Requirements;
11CONS-010 - WAWF Instructions;
11CONS-011 - OMBUDSMAN (Aug 2005).
6. The contracting office address is as follows:
11th Contracting Squadron
1500 West Perimeter Rd., Suite 2780
Joint Base Andrews MD 20762
7. All quotes must be sent via e-mail to Archie Y. Warren at [email protected] or Lt Usmaan Chaudhry at [email protected] or via facsimile (fax) at 240-612-2176. Questions shall be submitted no later than 5:00 PM EST, 9 December 2011. Quotes shall be submitted no later than 5:00 PM EST, 16 December 2011.