To place a bid or register go to Unison Marketplace

View Details for Buy # 1144853

General Buy Information

Buy #: 1144853  
Solicitation #: KNOXUSARECG4-SJM0153
Buy Description: 20 Foot Shipping Container and fitness equipment
Category: 81 -- Containers, Packaging, and Packing Supplies
Sub Category: 8145 -- Specialized Shipping and Storage Containers
NAICS: 332312 -- Fabricated Structural Metal Manufacturing
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Small Business
Buyer: MICC End User
End Date: 07/12/2023
End Time: 11:00 ET
Seller Question Deadline: 7/10/2023 - 11:00 ET
Delivery: 30 Day(s) - Preferred (No. of calendar days after receipt of order (ARO) by which Buyer prefers Seller to deliver)

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 20 foot shipping container with shelves and brackets to store fitness equipment. 16 Lane ACFT Testing Locker, shelves and brackets selectively sized by manufacturer to provide storage for at least 15 sets of the equipment listed in the following line items. Contractor is responsible for all aspects of shipping and delivery requirements to the destination. The Government will not provide any lift or tow assets at the destination. The exterior of the container must be fitted with leg tuck stations. Container must be fully enclosed & weather-tight when not in use. -Treated and powder coated via American standard ASTM D7803. - Overall container size must not exceed 12’ x 24’ when pull-up bars are not attached. - Container's main storage console must be center mounted. - Container must have 2 doors that open outward completely on either end of container. Must be able to lock and secure container when not in use. - Container must have custom rigging and all hardware required for at least 15 and no more than 20 individual Leg Tuck stations. Storage solution must safely store and foster the ability to streamline accountability/inventory management system by having dedicated places for individual equipment by sets. Space and storage must accommodate not less than 15 equipment sets on shelves, pegs, poles as appropriate. Exterior leg tuck stations must meet or exceed the following characteristics: Steel thickness of at least 2” x 3”, 7 gauge, with a minimum grade of S235 or A283C - Distance between two vertical supports shall be at least 62 inches, bar diameter of 1.5 inches, 7.5 to 8.0 feet above ground with integrated step-up assistance at each vertical post; leg tuck stations must mount to the exterior of the container top, sides or corner; all leg tuck station components must coated with an exterior rated coating. (non oily or grease) See attached document titled "Fitness Equipment Storage Container" for concept picture. 1 EA
002 Dock Plate or similar portable ramp with a minimum of 750 load capacity that will span the distance from the floor of the container to the ground. 1 EA
003 2 wheel hand truck with a load capacity of at least 550 pounds and a bottom deck sized to carry the largest bumper plate quoted. 2 EA
004 Equipment: Hexagon Bar/Trap Bar (no D handles) 1)Olympic size. Weight: 60lb (unloaded) must be within 5% of claimed weight. 2)Durable hexagonal frame welded from 1.5” square steel tubing (1.5"sch 80 pipe sleeves). 3)16.4” of loadable sleeve length (to accommodate four each 45lb bumper plates w/collar). 4)Both sets of knurled, parallel handles measure 1.34” in diameter and are spaced 25” on center. 5)Hexagon bar requires rust proofing. Examples: black oxide bare steel; bright zinc; black zinc chrome; nickel; And phosphorous zinc plate to resist rusting. 6)Required to have a solid sleeve design. 7 EA
005 10LB Bumper Plate 1 3/8" Wide, must be constructed of vulcanized rubber and a 2" stainless steel insert. Collar on bumper plates should be inset from the plane of the plate, allowing for better protection when multiple plates are on the bar, and reducing the risk of inserts getting impacted or popping out. SPECIFICATION: 1)Standard diameter 450MM (17.7165 INCH). 2)Solid rubber plates made from virgin or high quality recycled rubber. 3)Collar opening: 50.4MM. 5)Insert type: forged stainless steel. 6)Bumper plate thickness measurements are within 1\16" of an inch.7)weight tolerance: +/- 1% of claimed weight. 28 EA
006 15LB Bumper Plate 1 7/8" Wide, must be constructed of vulcanized rubber and a 2" stainless steel insert. Collar on bumper plates should be inset from the plane of the plate, allowing for better protection when multiple plates are on the bar, and reducing the risk of inserts getting impacted or popping out. SPECIFICATION: 1)Standard diameter 450MM (17.7165 INCH). 2)Solid rubber plates made from virgin or high quality recycled rubber. 3)Collar opening: 50.4MM. 5)Insert type: forged stainless steel. 6)Bumper plate thickness measurements are within 1\16" of an inch.7)weight tolerance: +/- 1% of claimed weight. 14 EA
007 25LB Bumper Plate 2 1/4" Wide, must be constructed of vulcanized rubber and a 2" stainless steel insert. Collar on bumper plates should be inset from the plane of the plate, allowing for better protection when multiple plates are on the bar, and reducing the risk of inserts getting impacted or popping out. SPECIFICATION: 1)Standard diameter 450MM (17.7165 INCH). 2)Solid rubber plates made from virgin or high quality recycled rubber. 3)Collar opening: 50.4MM. 5)Insert type: forged stainless steel. 6)Bumper plate thickness measurements are within 1\16" of an inch.7)weight tolerance: +/- 1% of claimed weight. 14 EA
008 35LB Bumper Plate 3 1/8" Wide, must be constructed of vulcanized rubber and a 2" stainless steel insert. Collar on bumper plates should be inset from the plane of the plate, allowing for better protection when multiple plates are on the bar, and reducing the risk of inserts getting impacted or popping out. SPECIFICATION: 1)Standard diameter 450MM (17.7165 INCH). 2)Solid rubber plates made from virgin or high quality recycled rubber. 3)Collar opening: 50.4MM. 5)Insert type: forged stainless steel. 6)Bumper plate thickness measurements are within 1\16" of an inch.7)weight tolerance: +/- 1% of claimed weight. 14 EA
009 45LB Bumper Plate 3 3/4" Wide, must be constructed of vulcanized rubber and a 2" stainless steel insert. Collar on bumper plates should be inset from the plane of the plate, allowing for better protection when multiple plates are on the bar, and reducing the risk of inserts getting impacted or popping out. SPECIFICATION: 1)Standard diameter 450MM (17.7165 INCH). 2)Solid rubber plates made from virgin or high quality recycled rubber. 3)Collar opening: 50.4MM. 5)Insert type: forged stainless steel. 6)Bumper plate thickness measurements are within 1\16" of an inch.7)weight tolerance: +/- 1% of claimed weight. 56 EA
010 Barbell Collar to fit 50MM Olympic Bar; Plastic or Metal collar 14 EA
011 Nylon Fitness Sled with pull strap. Must be capable of hold at lease 4 each 45 Lb Plates. 7 EA
012 Medicine ball 10lb, must be non malleable and made from hard rubber without being required to be filled with sand, liquid or other product. 7 EA
013 Kettlebell 40 pound. Can be cast iron or cast steel construction, black powder coated finish. 14 EA
014 Measuring tape, 100 foot with SAE and metric measurements. 7 EA
015 Orange field cones, no taller than 8 inches. 56 EA
016 Digital stop watch with neckcord. 7 EA
017 Outdoor timer/clock with stand and illuminated numbers at least 6 inches in height. 1 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 for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. 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 will evaluate 'equal' items on the basis of information furnished by the Seller or identified in the bid and reasonably available to the Buyer. The Buyer is not responsible for locating or obtaining any information not identified in the Bid.
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, delivery order, or purchase card. If utilizing a purchase card, Buyer will communicate account information to Selected Seller outside of the Marketplace.
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.)
The Buyer is requiring interested Sellers submit Bids with pricing inclusive of all Line Items.

Buy Terms

Name Description
Unfunded Requirement This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.
Provisions The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal.
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--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 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, Primary and ALT III, Transportation of Supplies by Sea.
SAM Registration IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance
Shipping Shipping is FOB Destination CONUS (CONtinental U.S.).
New Equipment New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.
Quote Submitted Quotes will be valid for 45 days after the auction closing.
Request for Quote This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).
FARsite IAW FAR 52.252-2 Clauses Incorporated by Reference, for the extended description here is the website: https://www.acquisition.gov/
NAICS & Size Standard The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf
AMC-Level Protest Program 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). 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 (GAO) 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. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: https://www.amc.army.mil/Connect/Legal-Resources/. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures.
Service Terms: "52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report"
Provision 252.209-7999 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.
Provision 252.232-7006 Wide Area WorkFlow Payment Instructions
Clause 252.204-7012 252.204-7012 Safeguarding of Unclassified Controlled Technical Information
PALLETIZATION All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.
Basis of Award IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is a pass fail requirement. Evaluation is based on a lowest price technically acceptable.
No Multiple Awards No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an “all-or-nothing” basis.
Clause 252.232-7006 Wide Area WorkFlow Payment Instructions
Vendor Questions Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@army.mil or call 315-772-5582.
Buy American Act In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product. ****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****
Clause 52.204-25 Reporting During Contract Performance
52.222-26 Equal Opportunity

Shipping Information

City State   Zip Code
Fort Meade MD   20755

Seller Attachment(s): Required

MANDATORY_-_BUY_AMERICAN_ACT_Provision
Provide an equipment list with pictures for proper product evaluation.

Buy Attachment(s)

No. Document Name   Document Size
001 52_204-26.docx   13 KB
002 Fitness_equipment_storage_container.pdf   203 KB
003 BUY_AMERICAN_ACT_Provision.docx   13 KB