Trade Leads

SPORTS AND ATHLETIC EQUIPMENT NEEDED
Recreational & athletic equipment AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is W9124814T0014_01 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-74. The associated North American Industrial Classification System (NAICS) code for this procurement is 453998 with a small business size standard of $7.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-07-07 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Campbell, KY 42223 The MICC Fort Campbell requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: LONG JUMP MAT Portable, shock-absorbing mat used for testing long jump performance. Clear screened markings from 24" to 144" in 1/2" increments. Flex rubber construction. 167" x 22" x 1/4" (L x W x H), 1, EA; LI 002: 1/2" Resistance Bands 40" x 3/16" x 1/2". Color Red, 16, EA; LI 003: 3/4" Resistance Bands 40" x 3/16" x 3/4". Color Black, 4, EA; LI 004: 1 1/8" Resistance Bands 40" x 3/16" x 1 1/8". Color Purple, 16, EA; LI 005: 1 3/4 Resistance Bands 40" x 3/16" x 1 3/4". Color Green, 16, EA; LI 006: 2 1/2" Resistance Bands 40" x 3/16" x 2 1/2". Color Blue, 4, EA; LI 007: 3 1/4" Resistance Bands 40" x 3/16" x 3 1/4". Color Gray, 4, EA; LI 008: 4" Resistance Bands 40" x 3/16" x 4". Color Black, 2, EA; LI 009: MASSAGE TABLE PACKAGE 31" table Width, 73" table Length, 24" - 34" adjustable table Height. Semi-Firm foam padding covered in durable black Tufflex vinyl. 600 lb. table weight capacity. 29 lb table weight. Removable feet for soft or hard surface use. All-weather design for indoor or outdoor use. Foldable,reinforced frame with Integra-Hinge, UniLock, and complementary suspension system. Includes carrying case., 3, EA; LI 010: P7 Vibration Plate Commercial grade vibration trainer. Graphite Color. 445 lb weight. 38" x 46" x 60". 500 lb max load. Embedded proMotion dynamic cables with 7 levels of resistance, FIT software, integrated touch screen, and PrecisionWave technology included. 25-50 Hz frequency range, adjustable in 1 Hz increments. 100-240V universal voltage power supply. 160-265W nominal power. Adjustable time from 0-9 minutes in 15 second increments. Triplanar (mostly vertical) vibration 25-50 times per second. High/Low vertical displacement amplitude settings. G-Factor 0-8 (25Hz/Low - 50Hz/High) frequency pre-settings. Program, Single Ex, Quick-Start, and Manual program modalities. DualSync twin motor system., 1, EA; LI 011: Weightlifting Analyzer Analyzes bar speed and power output during weightlifting movements. Attaches to barbell, plate stack, or athlete. Microcomputer measures average power and velocity and peak power and velocity, up to 2.6 meters per second for up to 250 reps. Includes microcomputer, velocity sensor unit, tripod, rechargeable batteries, battery charger, and carrying bag., 2, EA; LI 012: The Iron Neck -Dynamic neck strengthening cable attachment. -Braking system built into the truck -Quick adjust chin strap. -Color coded head strap. -Pumping inflation fitting for a tight fit. -Steel construction truck. -Lined inflation bladder., 2, EA; LI 013: Wood Locker Bench 36" x 18" x 9.5" (W x H x D). Powder coated steel base (black color). Wood seat (light color)., 1, EA; LI 014: Double Tier S Locker Unit 36" x 76" x 18" (W x H x D) overall unit size. 3 unit wide x 2 unit tall. "S" style locker increases each unit height to 40 3/4" to accommodate hanging garments. Black exterior color. White interior color. Doors open right. Includes double prong hook, 5 inch shelf, and heavy duty hardware in each unit. MDF construction with durable vinyl laminite. 330 lbs., 1, EA; LI 015: Side Panel For use with 18" deep locker with sloping hood. 18" W x 78.625" H x 0.75" D. 15 lbs. Color: Black, 1, EA; LI 016: Sloping Hood For use with 18" deep wood locker. 36" W x 6.625" H x 18" D . 9 lbs. Color: Black, 1, EA; LI 017: Ladder 26' max height. 300 lb max capacity. 6'7" storage height. 47 lbs. 31" base width. Light weight aluminum construction is 20% lighter than most multi-use ladders. Quad-lock hinge allows for multiple configurations and remains strong at the joints by locking with 4 pins. Rock locks allow for quick configuration changes. Complies with all applicable OSHA & ANSI A14.2 standards. Lifetime warranty. Free Shipping., 1, EA; LI 018: Wheel Kit 1" uerathane wheel, 1, EA; LI 019: Work Platform 5" x 12" x 18", 1, EA; LI 020: EXAM STOOL,PNEAUMATIC,15"X15"X2 2153706, HNI2153706, STOOL,AIRLIFT Exam room stool with no back offers a 15" diameter, 3" thick foam seat upholstered in vinyl. Adjust seat 6" in height from 20-1/2" to 26-1/2" high. Use single lever to control hand-operated air-spring pneumatic seat-height adjustment. Durable five-star composite base has five 2" nylon twin-wheel casters. Stool holds up to 250 lb. UNSPSC=56112106, 4, EA; LI 021: M-2 HYCROCOLATOR 33L X 27W (IN), This is a top of the line Hydrocollator Heating Unit. This, our most popular intermediate-sized unit, has an extra-large tank. This insulated, moist heat unit is durable and easy to maintain. This large unit comes with 12 standard size HotPacs, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Campbell intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Campbell is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 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, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. No used, re-furbished, or gray market equipment will be accepted, new equipment only. Bid MUST be good for 120 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) prior to award,pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Sellers understand that FedBid ranks all Bids by price; however, pursuant to applicable Acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Award will be made to the lowest priced technically acceptable offer. Evaluation factors will be Price and Technical Acceptability. In order to be technically acceptable, the offeror must meet the salient characteristics listed herein. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37,52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Instructions to Offerors Contract clause 52.212-1, Instructions to Offerors, applies to this solicitation. In accordance with paragraph (f), quotes received after the established closing date will be viewed as late, and therefore not considered. Late Offers Late offers will not be accepted. 52.232-18 - Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government?s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 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. 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. 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 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. 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 e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions or comments. Offerors must submit offers IAW FAR 52.212-1(f)(1) On time Submission of Offers.... Additional Info: www.fedbid.com (b-622655_01, n-142185) Contracting Office Address: 2174 13 1/2 St, Fort Campbell, KY 42223 Place of Performance: Fort Campbell, KY 42223 42223 US Point of Contact(s): Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com;