Federal Bid

Last Updated on 22 Aug 2013 at 8 AM
Sources Sought
Atlas Michigan

Treadmills

Solicitation ID FA2521-13-Q-B098
Posted Date 01 Aug 2013 at 12 PM
Archive Date 22 Aug 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa2521 45 Cons Lgc
Agency Department Of Defense
Location Atlas Michigan United states
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and is not to be construed as a commitment by the Government.

Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 339920. The size standard for NAICS is 500. The requirement is to purchase two Thorotread Model P2-XL-LCD treadmills with shipping and installation for Patrick AFB Gym:

Item Qty Unit Description

0001 (2) each THOROTREAD MODEL P2-XL-LCD
The function of this type of exercise is to simulate a pushing exercise. This upper body resistance, combined with the function of a treadmill, produces a total body workout that offers multiple unique user benefits. Multiple clinical tests have indicated this exercise outperforms the traditional exercises of conventionaltreadmills. This is a weight-bearing exercise that causes the user to engage their entire body to push against the weight resisted console while walking, jogging or running

0002 (1) each SHIPPING

0003 (1) each INSTALLATION OF EQUIPMENT

The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision.

All interested firms shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.

Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort

Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.).

Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address [email protected] or by mail to ATTN: Elizabeth Braun, 45 CONS/LGCB, Bldg. 423, 1201 Edward H. White II Street, Patrick AFB, FL 32925-3238. RESPONSES ARE DUE NO LATER THAN 7 August 2013 @ 3:00 PM EST.

 

Bid Protests Not Available

Similar Past Bids

Sioux city Iowa 28 Aug 2024 at 3 PM
Sheppard air force base Texas 02 Sep 2020 at 3 PM
Pease Minnesota 02 Sep 2016 at 10 PM
Location Unknown 06 May 2022 at 4 AM
Kirtland air force base New mexico 11 Jun 2010 at 9 PM

Similar Opportunities

Independence Ohio 27 Feb 2026 at 5 AM (estimated)
Independence Ohio 27 Feb 2026 at 5 AM (estimated)
Pennsylvania 11 Jul 2025 at 4 AM (estimated)
Pennsylvania 11 Jul 2025 at 4 AM (estimated)