To place a bid or register go to Unison Marketplace

View Details for Buy # 1130943_02

View Other Versions: 1130943  1130943_01  1130943_03  1130943_04 

General Buy Information

Buy #: 1130943_02  
Solicitation #: W912CN-23-Q-0713
Buy Description: Gym Equipment
Category: 78 -- Recreational and Athletic Equipment
Sub Category: 7830 -- Recreational and Gymnastic Equipment
NAICS: 339920 -- Sporting and Athletic Goods Manufacturing
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Small Business
Buyer: ACC - 413th CSB RCO Hawaii
End Date: 03/08/2023
End Time: 17:00 ET
Seller Question Deadline: 3/6/2023 - 17:00 ET
Delivery: 90 Day(s) - Preferred (No. of calendar days after receipt of order (ARO) by which Buyer prefers Seller to deliver)
Repost Reason: Reposting the buy to update Seller Attachment instructions.
Please Note: Repost Reason is provided as a courtesy only. Sellers are responsible for reviewing and complying with all Buy Specifications regardless of Repost Reason.

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s)

Item No Description Qty Unit
001 5LB Hex Dumbbells (Rubber w/ metal grips) - Pair 2 EA
002 10LB Hex Dumbbells (Rubber w/ metal grips) - Pair 2 EA
003 15LB Hex Dumbbells (Rubber w/ metal grips) - Pair 2 EA
004 20LB Hex Dumbbells (Rubber w/ metal grips) - Pair 2 EA
005 25LB Hex Dumbbells (Rubber w/ metal grips) - Pair 2 EA
006 30LB Hex Dumbbells (Rubber w/ metal grips) - Pair 2 EA
007 35LB Hex Dumbbells (Rubber w/ metal grips) - Pair 2 EA
008 40LB Hex Dumbbells (Rubber w/ metal grips) - Pair 2 EA
009 45LB Hex Dumbbells (Rubber w/ metal grips) - Pair 2 EA
010 50LB Hex Dumbbells (Rubber w/ metal grips) - Pair 2 EA
011 55LB Hex Dumbbells (Rubber w/ metal grips) - Pair 2 EA
012 45LB Bumper plate (rubber) 10 EA
013 45LB Plate (Cast Iron) 16 EA
014 35LB Plate (Cast Iron) 8 EA
015 25LB Plate (Cast Iron) 20 EA
016 10LB Plate (Cast Iron) 20 EA
017 5LB Plate (Cast Iron) 20 EA
018 Power Bar for deadlifting (Black Zinc) 4 EA
019 Rope Attachment (for cable machine) 1 EA
020 Single Hand attachments (Metal and squared, for use on cable machine) PAIR 1 EA
021 2-Inch Barbell Collars (Plastic) - Must be able to hold weights in place while bar is in use 10 EA
022 2.75 Inch Carabiners (Metal) 10 EA
023 Olympic Flat Bench (Non-adjustable, Commercial grade, black upholstered) 1 EA
024 Olympic Incline Bench (Non-adjustable, commercial grade, black upholstered) 1 EA
025 260LB Bumper PLate Set (Rubber) -10LB Set -15LB Set -25LB Set -35LB Set -45LB Set 2 EA
026 Flat Bench (Black upholstered) 2 EA
027 Adjustable incline and decline bench (black upholstered) 3 EA
028 Utility Stool 2 EA
029 Olympic Weight Tree -6 Prong/rack -black 1 EA
030 Bar Holder -Must be able to hold 9 bars 1 EA
031 8x4 deadlift Platform with rubber tiles -black -frame(balck) -Movable 2 EA
032 Plyo Box -Foam 3 in 1 (20in, 24in, 30in) 1 EA
033 Ski machiine (Similar to Concept 2 Model) -Floor mounted 2 EA
034 Stationary Exercise Bike -ERG Rated 1 EA
035 Trap Bar (Black or Silver) -60LBs 2 EA
036 Smith Machine 1 EA
037 Leg Extension Machine (Similar to titan Model) -Seated Position -Cable machine 1 EA
038 Fitted Weights Barbell Set -Straight Bar -20LB -30LB -40LB 1 EA
039 Rower 2 EA
040 25lb Kettle Bell 4 EA
041 35LB Kettle Bell 4 EA
042 45LB Kettle Bell 4 EA

Bidding Requirements

Instructions
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
The Buyer is allowing Sellers to submit bids that either meet or exceed the requested specification. Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered.
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award.
This solicitation is a Small Business Set-Aside and only qualified Sellers can bid.
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.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)

Buy Terms

Name Description
Provisions The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.204-8, Annual Representation and Certification; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal, DFARS 252.212-7000, Offeror Representations and Certifications-Commercial items.
Clauses 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--Central Contractor Registration. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: 252.204-7004 ALT A, Required Central Contractor Registration; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; DFARS clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, paragraph b apply: 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, ALT III, Transportation of Supplies by Sea.
Basis of Award IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price.
SAM Requirement This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov.
Shipping Shipping must be Free On Board (FOB) Destination OCONUS (Outside Continental U.S.)
New Equipment ONLY New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.
Bids Submitted Bids will be valid for 45 days after the auction closing.
No Multiple Awards No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an “all-or-nothing” basis.
FARSite IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site.
NAICS & Size Standard The associated North American Industrial Classification System (NAICS) code for this procurement is __________ with a small business size standard of ___ employees.
Authorized Dealer The contractor must be an authorized dealer of the specified equipment to ensure warranty and maintenance support.
RCO-HI LOCAL CLAUSES Part 1 52.228-5000 -- REQUIRED INSURANCE - Use in solicitations and contracts if a fixed-price contract is contemplated, the contract amount is expected to exceed the simplified acquisition threshold, and the contract will require work on a Government installation, unless -- (1) Only a small amount of work is required on the Government installation (e.g., a few brief visits per month); or (2) All work on the Government installation is to be performed outside the United States and its outlying areas. (a) The Contractor shall procure and maintain during the entire period of his performance under this contract the following minimum insurance: AMOUNT TYPE PER PERSON PER ACCIDENT PROPERTY Comprehensive General Liability: $500,000 Comprehensive Automobile Liability $200,000 $500,000 $20,000 Workmen's Compensation and Liability Insurance: As prescribed or required by law, with minimum employer liability limit of $100,000 for accidental bodily injury or death, or for occupational disease.) (b) Prior to the commencement of work, the Contractor shall furnish to the Contracting Officer a certificate or written statement of the above required insurance. The policies evidencing required insurance shall contain an endorsement to the effect that cancellation or any material change in the policies adversely affecting the interests of the Government in such insurance shall not be effective for such period as may be prescribed by the laws of the State in which this contract is to be performed and in no event less than thirty (30) days after written notice thereof to the Contracting Officer. (c) The Contractor agrees to insert the substance of this clause, including this paragraph (c) in all subcontracts hereunder. (d) It is the contractor’s responsibility to insure the following changes are incorporated into their submitted Certificate of Insurance: 1. The Contract Number must appear in the body of the Certificate of Insurance. 2. The Certificate holder name shall read: Army Materiel Command Regional Contracting Office, Hawaii 413th CSB 3. The certificate shall be provided to the following address ____ Contracting Division Alpha Bldg 520, Basement, Pierce Street Fort Shafter, HI 96858-5025 FAX 808-438-6463 or 6544 ____ Contracting Division Omega Bldg 692, Basement, McCormack Road Schofield Barracks, HI 96857-5000 FAX 808-655-7350 (e) For all contractors using the ACORD form dated earlier than October 2009, the Certificate of Insurance cancellation statement shall be revised as follows: Delete the words “endeavor to” and “but failure to do so shall impose no obligation or liability of any kind upon the insurer, its agents or representatives.” The Certificate of Insurance cancellation statement shall then read: “Should any of the above described policies be cancelled before the expiration date thereof, the issuing insurer will mail 30 days written notice to the certificate holder named to the left.”
RCO-HI LOCAL CLAUSES Part 2 52.232-5000 -- WAWF INVOICING INSTRUCTIONS AND PAYMENT FOR SUPPLIES/SERVICES/ CONSTRUCTION Use in all solicitations and contracts. (a) Invoices for services rendered under this Contract shall be submitted electronically through Wide Area Work Flow. The vendor shall self-register at the web site https://wawf.eb.mil/. Vendor training is available on the Internet at: http://wawftraining.com/ Army Help Desk -- Normal operating hours, 0630-1800 Eastern Standard time. Army WAWF Help Desk 1-877-2-DA-WAWF or 1-877-232-9293 (b) Under this contractual document, contractor is required to submit the following type of invoice utilizing WAWF. __ Select the Invoice only within WAWF as the invoice type – Creates Stand Alone Invoice __ Select the 2-in-1 Invoice within WAWF as the invoice type. Creates two documents, an Invoice and a Receiving Report, within one data entry session. The 2-in-1 Invoice prepares the Material Inspection and Receiving Report, DD Form 250, and invoice in one document. Back up documentation (such as timesheets, etc.) can be included and attached to the invoice in WAWF. __ Select Combo --The Invoice and Receiving Report Combo enables a Vendor to create two documents from the same data entry session. The Vendor inputs contract and item data once. Two separate documents - an Invoice and a Receiving Report - are generated in the WAWF system. __ Construction – Creates a Construction Payment Invoice from a contract for construction. Both an inspection and a contracting officer must review and accept. The following information is provided for completion of the invoice in WAWF: Issuing Office DODAAC: W912CN Admin DODAAC: W912CN Inspector/Acceptor DODAAC: (See Block 15, SF 1449) LPO DODAAC: NA (only applicable if you have Navy funding) Pay DODAAC: (See Block 18, SF 1449) Receiver/Acceptor: Contract Specialist: Contracting Officer: Contract Number: (See Block 2, SF 1449) (c ) The contractor shall submit invoices for payment per contract terms. The Government shall process invoices for payment per contract terms
RCO-HI LOCAL CLAUSES Part 3 52.233-5000 -- AMC-LEVEL PROTEST PROGRAM Use in all solicitations. (a) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. (b) 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 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. (c) The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256)450-8840 (d) The AMC-level protest procedures are found at: http://www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures.
RCO-HI LOCAL CLAUSES Part 4 52.239-5000 -- SECTION 508 OF THE REHABILITATION ACT COMPLIANCE. Use in all solicitations and contract for electronic and information technology. (a) All products provided under this contract vehicle must meet the applicable accessibility standards at 36 CFR Part 1194 as required by FAR Case 1999-607. (b) General information regarding the Section 508 Act can be found at the web site www.section508.gov.
RCO-HI LOCAL CLAUSES Part 5 52.245-5000 -- CONTRACTOR LIABILITY FOR PROPERTY Use in all solicitations and contract involving contractor property on a military installation. (a) Unless otherwise specified, the Government assumes no liability, and hereby disclaims liability for damages to or losses of, Contractor-owned or furnished property which, pursuant to the terms of his contract, is placed on a U.S. Government installation or other real property under the control of the United States Government, whether by lease, license, permit, or otherwise, except for loss or damage caused by the negligence or wrongful act or omission of a military person or civilian employee or the Department of Defense while acting within the scope of this employment under circumstances in which the United States if a private person, would be liable to the Contractor in accordance with the law of the place where the act or omission occurred. (b) Any claim of the Contractor falling within the purview of the exception, should be submitted, pursuant to the Federal Tort Claims Act, to the 413th Contracting Support Brigade, Regional Contacting Office- Hawaii, Fort Shafter, Hawaii 96858-5025.
FAR 252.209-7999 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that — (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that— (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

Shipping Information

City State   Zip Code
Schofield Barracks HI   96876

Seller Attachment(s): Required

All items must meet or exceed equipment stated in the salient characteristics.

Buy Attachment(s)

No. Document Name   Document Size
001 Salient_Characteristics.xlsx   426 KB