HPW Cardio - HIIT Exercise Equipment

Agency: DEPT OF DEFENSE
State: Utah
Type of Government: Federal
Category:
  • 78 - Recreational and Athletic Equipment
Posted: May 25, 2023
Due: Jun 8, 2023
Solicitation No: W911YP23R0013
Publication URL: To access bid details, please log in.
Follow
HPW Cardio - HIIT Exercise Equipment
Active
Contract Opportunity
Notice ID
W911YP23R0013
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7N3 USPFO ACTIVITY UT ARNG
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: May 25, 2023 04:27 pm EDT
  • Original Published Date: Apr 18, 2023 04:49 pm EDT
  • Updated Date Offers Due: Jun 08, 2023 07:00 am EDT
  • Original Date Offers Due: May 22, 2023 07:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jun 23, 2023
  • Original Inactive Date: Jun 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 7810 - ATHLETIC AND SPORTING EQUIPMENT
  • NAICS Code:
    • 339920 - Sporting and Athletic Goods Manufacturing
  • Place of Performance:
    Bluffdale , UT 84065
    USA
Description

Solicitation: W911YP23R0013



Agency/Office: Utah Army National Guard / USPFO



Delivery Location: Utah Army National Guard, 17800 S, Redwood Road, Bldg 9500, Bluffdale, UT 84065



Subject: HPW Cardio – HIIT Equipment



Response due: 0700 AM (Eastern) 8 June 2023



Contracting POC: Otha Henderson; Email: otha.b.henderson.civ@army.mil



Description:



This requirement is being solicited as a total small business set-aside. Only quotes from registered small businesses in SAM.GOV will be accepted.



This combined synopsis solicitation for the Utah Army National Guard is for the procurement of HPW Cardio – HIIT equipment as follows:



Item 1, 2 each Keiser M3I Indoor Cycle, number 005506BBC. And, 2 each Box-Outer-Bike, number 505390;



Item 2, 2 each Jacobs Ladder X, number JLX;



Item 3, 2 each Jacobs Ladder Stairway GTL, number STGTL;



Item 4, 2 each Woodway Curve, number CALB000, standard display, black, self-powered treadmill, no voltage, no elevation, no speed;



Item 5, 2 each Woodway 4Front, number 4DQB3112, Quickset display (group training), black, 120v-20A USA, 0-15% elevation, 12.5 MPH speed;



Item 6, 4 each Concept2 Indoor Rower, number 2712, Rowerg with standard legs.



The listed products are the only equipment that will be considered. A brand name and model justification is attached. This is a total small business set-aside issued under solicitation number W911YP23R0013. This solicitation is for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ).



This acquisition is being solicited as a total small business set-aside under NAICS code 339920, sports & athletic goods manufacturing, which has a small business size standard of 750 employees (www.sba.gov). For vendors’ quotes to be considered the vendor must be registered in System for Award Management (SAM.gov) as a small business under this or very similar NAICS code. Wholesaler NAICS codes will not be accepted. Delivery and installation shall occur within 90 days ARO. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. This requirement is subject to availability of funding per FAR 52.232-18.



COVID-19 notice: At this time, the Utah National Guard does not require mask wearing in the building or require proof of vaccination. Mask requirements can change and if so, please follow the guideline below:



Per guideline FRAGORD 1 to OPORD 22-004 states:



3.I.3.D.1. (U) [Add] When the CDC COVID-19 Community Level is high in the county where a UTNG installation or facility is located, indoor mask-wearing is required for all Service Members (SMs), DoD civilian employees, onsite DoD contractor personnel (collectively, "DoD personnel"), and visitors, regardless of vaccination status.





3.I.3.D.2. (U) [Add] The screening testing program required by reference (e) shall be utilized in that installation or facility.



3.E.2.(U) Directorates, supervisors, and Commanders at all levels will continue to conduct COVID-19 screening and testing of Service Members, DoD employees, federal civilian employees, official visitors and designated contractors that have a pending or approved permanent exemption or who refuse to disclose COVID-19 vaccination status.



Contract type / evaluation criteria:



This RFP is subject to availability of funds per FAR 52.232-18. The contract type for this procurement will be firm-fixed price and award evaluation criteria will be based on Lowest Price Technically Acceptable (LPTA) evaluation criteria for all items conforming to the minimum requirements and specifications of items listed. Partial quotes are acceptable and multiple award may be made. Offers that do not meet minimum technical requirements will not be considered for award. Offers exceeding available funds may be considered providing they are the LPTA quote and if additional funding may be secured prior to award. Dimensions on items are approximate and slight size deviations are acceptable on equivalent items. The offer must be registered in System for Award Management (SAM) to be eligible for award.



Set-aside / FAR regulation:



Any award resulting from this solicitation will be made using a total small business set-aside order of precedence as follows:



In accordance with FAR Subpart 19.502-2 total small business set-aside procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2. If there are no acceptable offers from small business concerns the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns.



SAM registration:



All firms or individuals responding must meet all standards required to conduct business with the government, including registration with SAM and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the government. In addition to providing pricing each quote must include vendor's CAGE/ Unique Entity ID number, Federal Tax Number, and must include point of contact information.



Prospective offerors may obtain information on registration at WWW.SAM.GOV. IAW FAR 52.204-7 and DFARS 252.204-7007 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov.



Small business joint venture:



“A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories:



(A) Small business;



(B) Service-disabled veteran-owned small business;



(C) Women-owned small business (WOSB) under the WOSB Program;



(D) Economically disadvantaged women-owned small business under the WOSB



Program; or



(E) Historically underutilized business zone small business.”



These joint venture representations, added via the final rule for FAR case 2017-019, policy on joint ventures, published on September 23, 2022, at 87 FR 58219, will be incorporated into the FAR on October 28, 2022 (see policy alert # 23-011, attached); however, they will not be reflected in the SAM. These procedures will allow the Department of Defense to continue to make awards to eligible small business joint ventures while SAM is being updated to align with the FAR.



Quote:



Please provide your quote submission to the United States Property and Fiscal Office (USPFO) Purchasing and Contracting (P&C) Division no later than 0700 AM 8 June 2023. All submissions should be sent via email to: otha.b.henderson.civ@army.mil . Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered.



Provisions:



The following provisions are applicable to this solicitation and are incorporated by reference:

FAR 52.204-7 – System for Award Management



FAR 52.204-9 – Personal Identity Verification of Contractor Personnel



FAR 52.204-16 – Commercial and Government Entity Code Reporting



FAR 52.204-18 – Commercial and Government Entity Code Maintenance



FAR 52.204-19 – Incorporation by Reference of Representations and Certifications



FAR 52.204-24 – Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment



FAR 52.204-25 – Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment



FAR 52.204-26 – Covered Telecommunications Equipment or Services-Representation

FAR 52.209-6 – Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment



FAR 52.209-10 – Prohibition on Contracting with Inverted Domestic Corporations

FAR 52.212-1 – Instructions to Offerors – Commercial Products and Commercial Services



FAR 52.212-3 – Offeror Representations and Certifications-Commercial Products and Commercial Services

FAR 52.212-3 – Alternate 1

FAR 52.219-1 (Alt I) – Small Business Program Representation

FAR 52.219-6 – Notice of Total Small Business Set-Aside

FAR 52.219-8 – Utilization of Small Business Concerns

FAR 52.219-14 – Limitations on Subcontracting

FAR 52.219-28 – Post-award Small Business Program Representations

FAR 52.222-19 – Convict Labor—Cooperation with Authorities and Remedies

FAR 52.222-21 – Prohibit Segregated Facilities

FAR 52.222-26 – Equal Opportunity

FAR 52.222-36 – Equal Opportunity for Workers With Disabilities

FAR 52.222-40 – Notification of Employees Rights Under the National Labor Relations Act

FAR 52.222-50 – Combating trafficking in Persons

FAR 52.222-54 – Employment Eligibility Verification



FAR 52.223-5 -- Pollution Prevention and Right-to-know Information

FAR 52.223-18 – Encouraging Contractor Policy to Ban Text Messaging While Driving

FAR 52.225-25 – Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications



FAR 52.232-1 – Payments



FAR 52.232-33 – Payment by Electronic Funds Transfer-System for Award Management



FAR 52.232-39 – Unenforceability of Unauthorized Obligations



FAR 52.232-40 – Providing Accelerated Payments to Small Business Subcontractors

FAR 52.233-1 – Disputes



FAR 52.233-3 – Protest After Award

FAR 52.233-4 – Applicable Law for Breach of Contract Claim



FAR 52.237-1 -- Site Visit



FAR 52.237-2 – Protection of Govt Buildings, Equipment, and Vegetation



FAR 52.243-1 – Changes-Fixed Price



FAR 52.249-1 – Termination for Convenience of the Government (Fixed-Price) (Short Form)



FAR 52.252-1 – Solicitation Provisions Incorporated by Reference

FAR 52.252-2 – Clauses Incorporated by Reference

DFARS 252.203-7000 – Requirement Relating to Compensation of Former DoD Officials

DFARS 252.203-7002 – Requirements to Inform Employees of Whistleblower Rights



DFARS 252.203-7005 – Representation Relating to Compensation of Former DoD Officials

DFARS 252.204-7003 – Control of Government Personnel Work Product



DFARS 252.204-7004 – Antiterrorism Awareness Training for Contractors



DFARS 252.204-7009 – Limitation on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information



DFARS 252.204-7015 – Notice of Authorized Disclosure of Information for Litigation Support



DFARS 252.204-7018 – Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services



DFARS 252.209-7999 – Representation by Corporations Regarding Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law



DFAS 252.223-7006 – Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials

DFARS 252.225-7048 – Export-controlled Items

DFARS 252.232-7003 – Electronic Submission of Payment Requests and Receiving Reports

DFARS 252.232-7010 – Levies on Contract Payments



DFARS 252.232-7017 -- Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration

DFARS 252.237-7010 – Prohibition of Interrogation of Detainees by Contract Personnel

DFARS 252.243-7001 – Pricing of Contract Modifications

DFARS 252.244-7000 – Subcontracts for Commercial Items



FAR 52.252-2 – Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at: HTTPS://WWW.ACQUISITION.GOV.



* Note: the 25 May 2023 revision of this solicitation has changed the wording to allow partial quotes and the award of multiple contracts. The due date has been extended, too, to accomodate vendors that otherwise did not quote due to the previous all or nothing wording. If you have already submitted a quote there is no need to submit again unless your quote will expire before the due date or shortly after.


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR UTARNG DO NOT DELETE 12953 SOUTH MINUTEMAN DRIVE
  • DRAPER , UT 84020-2000
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Apr 18, 2023[Combined Synopsis/Solicitation (Original)] HPW Cardio - HIIT Exercise Equipment
Jun 1, 2023[Combined Synopsis/Solicitation (Updated)] HPW Cardio - HIIT Exercise Equipment
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow U.S. Army Dugway Proving Ground Private Industry Testing Event Active Contract Opportunity

Federal Agency

Bid Due: 9/30/2024

Follow Ashley National Forest Prospectus for Campground and Related Granger-Thye Concessions Active Contract

Federal Agency

Bid Due: 5/01/2024

Follow FA822024R3002 F-4 Repair and Overhaul Active Contract Opportunity Notice ID FA822024R3002 Related

Federal Agency

Bid Due: 4/08/2024

Bid # Description Closing Date & Time IFB USU Eastern Heat Plant DA

Utah State University

Bid Due: 4/16/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.