Federal Bid

Last Updated on 19 Feb 2011 at 9 AM
Combined Synopsis/Solicitation
Location Unknown

Metabolic Cart

Solicitation ID FM500002660129
Posted Date 29 Jan 2011 at 4 AM
Archive Date 19 Feb 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa5000 673 Cons Lgc
Agency Department Of Defense
Location United states

This is a solicitation for a commercial product; prepared in accordance with the format in FAR subpart 12.6 and 13.5, streamlined procedures for evaluation and solicitation for commercial items- as supplemented with additional information included in this notice. Quotations are being requested and a written solicitation document will not be issued.

Description:

Korr Brand Name or Equal, CardioCoach, Part 9FG0159, Metabolic Cart, C02 V02 Max & RMR Analyzer, 1 each. Major salient characteristics include a metabolic cart that provides V-slope and Respiratory Quotient (RQ) to customize an individual's exercise plan. Measures Resting Metabolic Rate, aerobic threshold, anaerobic threshold, peak V02, peak heart rate, calories burned during exercise, calories burned at rest, RQ, C02 analysis. Provides printout or calories burned during exercise, calorie zones for weight loss and maintenance, graphic format to aid teaching.


This procurement is a Total Small Business Set Aside.

All responsible Contractors shall provide a quote in accordance to the specifications stated above. Transportation shall be FOB Destination and be included in the quote. Contractor shall submit their quote on company letterhead, Name, Address, Telephone Number of the Offeror, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA/VA/Government Contract No. (if applicable), Date offer expires, Terms of any Express Warranty, Unit Price, and overall Total Price.

Interested companies that meet the requirements stated above should submit a quote. Quotations for this notice shall be received by February 4, 2011 at 12:00PM Alaska Standard Time. All proposals must be faxed, mailed or emailed to: POC; Laura Drew, 10480 22nd Street, Suite 240, Joint Base Elmendorf-Richardson, AK 99506, Phone (907) 552-7174, Fax (907) 552-7497, [email protected].

The following provisions and/or clauses apply to this acquisition:
52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
1. Technical Ability and Qualifications
2. Price

This will be a lowest price technically acceptable purchase.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-49. The following provisions apply to this acquisition:
FAR 52.212-1 Instructions to Offerors- Commercial Items
FAR 52.212-2 Evaluation- Commercial Items
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items
FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs
FAR 52.219-6 Notice of Total Small Business Set-Aside
FAR 52.219-28 Post-Award Small Business Program Representation
FAR 52.222-3 Convict Labor
FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies
FAR 52.222-21 Prohibition of Segregated Facilities
FAR 52.222-26 Equal Opportunity
FAR 52.222-36 Affirmative Action for Workers w/Disabilities
FAR 52.222-50 Combating Trafficking in Persons
FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving
FAR 52.225-13 Restrictions on Certain Foreign Purchases
FAR 52.232-18 Availability of Funds
FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration
FAR 52.233-3 Protest after Award
FAR 52.233-4 Applicable Law for Breach of Contract Claim
FAR 52.252-2 Clauses Incorporated by Reference
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
DFARS 252.225-7001 Buy American Act - Balance of Payments Program
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.247-7023 Alt III Transportation of Supplies by Sea

In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). Potential contractors must also be registered in the Central Contractor Registry (CCR) at http://www.ccr.gov.

This is a Lowest Price Technically Acceptable procurement. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the most advantageous to the Government. Price and other factors will be considered. The Government intends to evaluate offers and award without discussion. Offeror shall submit all information with offer as required in FAR 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://farsite.hill.af.mil/vffara.htm . Quotations must be received by specified response date. Quotations shall be submitted to Laura Drew.

All responsible sources that meet the requirements above may submit a written proposal, which shall be considered.

 

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 25 Jun 2012 at 9 PM
Iowa 24 Mar 2021 at 4 AM
New york New york 22 Jul 2021 at 1 PM
New hampshire 17 Apr 2009 at 4 PM
Institute West virginia 02 Sep 2013 at 7 PM

Similar Opportunities

Jber Alaska 25 Jul 2025 at 8 PM
Location Unknown 15 Jul 2025 at 9 PM
Location Unknown 22 Jul 2025 at 9 PM
Billings Montana 10 Jul 2025 at 3 PM
Location Unknown 25 Jul 2025 at 8 PM