Force Plates
ID: FA302224Q0344Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3022 14 CONS LGCACOLUMBUS, MS, 39710-0001, USA

NAICS

Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers (423450)

PSC

ELECTRICAL CONTROL EQUIPMENT (6110)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of a force plate and related software package to be delivered to Columbus Air Force Base in Mississippi. This equipment is essential for accurately measuring total body strength, asymmetry, and rate of force production, thereby enhancing the evaluation and training of Airmen to improve their operational readiness and reduce recovery times from injuries. The procurement is set aside for small businesses, and interested contractors must submit their proposals, including a price schedule and technical capability statement, by 2:00 PM CST on September 17, 2024. For further inquiries, vendors can contact Yolanda Pruitt at yolanda.pruitt@us.af.mil or Nina M. Jones at nina.jones.2@us.af.mil.

    Files
    Title
    Posted
    This Statement of Need (SON) outlines the requirements for procuring a Force Plate and Related Software for the Operational Support Team at Columbus Air Force Base. The proposed equipment will enhance the evaluation of body strength, asymmetry, and force production rates, allowing tailored training and treatment interventions for Airmen. The focus is on improving musculoskeletal risk factors and optimizing performance to reduce recovery times and enhance mission readiness. Key specifications include one high-definition force plate, data management software, portable dynamometers, and technical support. The system aims to provide real-time feedback and data-driven assessments to create individualized treatment and performance plans, ultimately improving the efficiency of operational support and readiness of Airmen. Delivery is specified to occur at Columbus Air Force Base, Mississippi. This procurement is essential for addressing the specific demands of the Airmen, ensuring interventions are effective, targeted, and tailored to individual needs.
    The document is a federal solicitation dealing with procurement procedures and regulations for Department of Defense (DoD) contracts. It outlines numerous clauses incorporated by reference, detailing obligations related to compliance with laws, reporting requirements, and specific conditions regarding the procurement of goods and services. Key clauses cover topics such as compensation of former DoD officials, safeguarding sensitive information, and provisions related to international trade practices like the Buy American Act and prohibitions on procurement from certain regions or regimes. The solicitation also includes instructions for submitting payment requests electronically via the Wide Area Workflow system, reinforcing the importance of electronic record-keeping for payment and reporting efficiency. It emphasizes adherence to federal standards regarding the sourcing of materials, particularly concerning environmental and labor practices. In sum, the solicitation serves as a comprehensive guide for contractors bidding on DoD contracts, ensuring that all parties understand their responsibilities, regulatory obligations, and the frameworks for compliance and reporting in federal procurements. It reflects the government's commitment to transparency, fairness, and responsibility in contracting operations.
    This document outlines specific clauses from the DAFFARS, focusing on regulations for federal contracts related to acquisition processes, environmental protection, health and safety, and contractor access to Air Force installations. Key clauses include the appointment of an ombudsman to address issues raised by offerors, while emphasizing the initial requirement to approach the contracting officer. Furthermore, it prohibits the use of Class I Ozone-Depleting Substances (ODS) in contract-related specifications, detailing specific substances categorized as Class I ODS. The document also mandates that contractors prioritize health and safety on government installations and outlines procedures for securing access to Air Force properties. Contractors must acquire appropriate identification and passes to perform their duties, with penalties including contract termination for non-compliance. The overall purpose of these clauses is to promote responsible purchasing practices, ensure the safety of personnel, and protect the environment within the context of government contracts, grants, and RFPs. It holds contractors accountable for adherence to established rules while providing a clear framework for resolving concerns through appropriate channels.
    The document appears to be an inaccessible PDF file that fails to provide any substantive content regarding federal government RFPs, grants, or state/local RFPs. The text primarily consists of instructions on ensuring compatibility with Adobe Reader for accessing the document, essentially serving as a placeholder rather than offering meaningful information. Consequently, the intended analysis on government procurement, grant opportunities, or specific requests for proposals cannot be conducted. The lack of content limits the ability to capture key ideas, structural elements, or draw conclusions regarding the document's purpose. The overall file's primary objective seems to be ensuring that readers have the necessary software to view the intended materials, which are not present in the provided text.
    The Statement of Need outlines the requirement for a Force Plate and corresponding software to enhance the capabilities of the Operational Support Team at Columbus Air Force Base. This technology will allow precise measurements of body strength and asymmetry, facilitating tailored training interventions for Airmen, minimizing recovery time, and optimizing performance based on mission demands. The delivery of the requested equipment is specified for 201 Independence Drive, Columbus Air Force Base, MS.
    The government file discusses the procurement process for two portable dynamometers, emphasizing the intention to purchase rather than lease. The document seeks clarification on the duration of the software license associated with the dynamometers, offering options of 1 year, 3 years, or 5 years, with a preference for a one-time purchase without ongoing fees. This inquiry highlights a focus on acquiring equipment that offers long-term utility with cost-effective licensing. The overall context of this document falls under government Requests for Proposals (RFPs) and procurement practices, reflecting the importance of transparency and specificity in government contracts. The need for clear specifications underlines the government's commitment to prudent financial management and operational efficiency in asset acquisition.
    The announcement, FA302224Q0344, invites interested parties to respond regarding a potential contract to provide a force plate and software for measuring body strength at Columbus Air Force Base. Key details include the NAICS code 423450 and a submission deadline of July 29, 2024, by 9:00 AM CST. Interested businesses must submit specific information and may need to comply with socio-economic subcontracting limitations, with responses directed to designated contacts.
    Lifecycle
    Title
    Type
    Force Plates
    Currently viewing
    Solicitation
    Sources Sought
    Similar Opportunities
    JBER H5 Fitness Testing Equipment
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking quotes for the procurement of fitness testing equipment to enhance the Hangar 5 Fitness Center at Joint Base Elmendorf-Richardson (JBER) in Alaska. This requirement includes a variety of equipment necessary for conducting physical fitness assessments across multiple military branches, including the Air Force and Army. The procurement is a total small business set-aside under NAICS code 339920, emphasizing the importance of quality fitness equipment for military readiness and personnel health. Interested vendors must submit their quotes, including a pricing schedule and technical specifications, by 2:00 PM Alaska Standard Time on September 24, 2024, and may direct questions to SrA Stephany Briceno at stephany.briceno@us.af.mil by September 18, 2024.
    Schriever Space Force Base (SSFB) Guardian Resilience Team (GRT) Fitness Equipment
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force at Schriever Space Force Base, is seeking quotes from small businesses for the procurement of fitness equipment to support the Guardian Resilience Team's mission. The requirement includes various high-quality fitness items such as a belt squat machine, deadlift platform, and adjustable benches, with an emphasis on modular compatibility with existing equipment. This initiative is crucial for enhancing the fitness capabilities of the team, ensuring they maintain optimal physical readiness. Interested vendors must submit their firm fixed price quotes by September 18, 2024, and can contact Emily Heck at emily.heck@spaceforce.mil or Pamela S. Gusta at pamela.gusta.1@spaceforce.mil for further information.
    Guardian Resilience Team (GRT) Gym Equipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide gym equipment for the Patrick Space Force Base (PSFB) Fitness Center as part of the Guardian Resilience Team (GRT) mission. The procurement aims to enhance the fitness training capabilities for Guardians and Airmen, ensuring they meet their daily training requirements with high-quality equipment. This initiative underscores the importance of maintaining physical fitness and wellness within the military community, reflecting a strategic investment in public health infrastructure. Interested vendors must submit their quotes by September 17, 2024, and direct all inquiries to Ivelisse Hernandez at ivelisse.hernandez@spaceforce.mil, with compliance to Federal Acquisition Regulation (FAR) requirements being mandatory.
    Army Combat Fitness Test (ACFT) Equipment
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE Army Combat Fitness Test (ACFT) Equipment: The Department of the Army is seeking to procure ACFT equipment for the Army Combat Fitness Test (ACFT). The ACFT is a new physical fitness test for the Army that measures various aspects of fitness including muscular strength, endurance, power, flexibility, coordination, speed, agility, cardiovascular endurance, balance, and reaction time. The equipment includes items such as hexagon bars, bumper plates, barbell collars, nylon sleds, rubber medicine balls, kettlebells, and measuring tapes. The estimated quantity of equipment needed is between 26,000 and 30,000 sets. The equipment must be delivered to Army units by October 1, 2019. The procurement will be set aside for small businesses, and the government anticipates awarding a firm fixed price contract. The Request for Proposal (RFP) is expected to be released in December 2018.
    Scale Calibration Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Scale Calibration Services at Dover Air Force Base, Delaware. The contract, valued at $34 million, requires the selected contractor to provide preventive and remedial maintenance for a total of 46 scales, ensuring compliance with calibration standards and safety regulations. This service is critical for maintaining the accuracy of weighing equipment essential to the operations of the 436th Aerial Port Squadron. Interested small businesses must submit their quotes by September 17, 2024, with questions due by September 6, 2024; inquiries can be directed to Sydney Hocker at sydney.hocker.1@us.af.mil or Justin Bordalo at justin.bordalo@us.af.mil.
    Cannister Load Cells for Engine Tests
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force Sustainment Center at Tinker Air Force Base in Oklahoma, is seeking quotations for Cannister Load Cells required for engine testing. This procurement is a Firm Fixed Price (FFP) contract aimed exclusively at small businesses under NAICS Code 334519, with a specific emphasis on acquiring Wika Sensor Technology Load Cells to ensure compatibility and avoid costly modifications. The selected equipment is critical for maintaining operational efficiency in defense capabilities, as it plays a vital role in measuring engine thrust during tests. Quotes must be submitted by September 23, 2024, by noon CDT, and all offerors must be registered in the System for Award Management (SAM) by the award date to be eligible. For further inquiries, interested parties may contact Relijah Sherman at relijah.sherman@us.af.mil or Marc J. Kreienbrink at marc.kreienbrink.1@us.af.mil.
    BPA Equipment Load Testing
    Active
    Dept Of Defense
    The Department of Defense, specifically the 436th Contracting Squadron at Dover Air Force Base (AFB) in Delaware, is seeking sources for a potential Blanket Purchase Agreement (BPA) for equipment load testing services. This opportunity aims to identify responsible small business concerns capable of providing electronic and precision equipment repair and maintenance, as outlined under NAICS Code 811210. The BPA will require contractors to perform scheduled load tests on approximately 190 equipment items annually, ensuring compliance with safety standards and operational readiness for military logistics. Interested parties must submit a Market Survey by September 24, 2024, at 4:00 PM (EST) to both primary contacts, Sydney Hocker and Jordan Bongcayao, via their provided email addresses, and must be registered with the System for Award Management (SAM) to participate in future solicitations.
    Fitness Equipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of fitness equipment through a combined synopsis/solicitation process. This opportunity is set aside for small businesses under the SBA guidelines and falls under the NAICS code 339920, which pertains to Sporting and Athletic Goods Manufacturing. The fitness equipment will be utilized at Fort McCoy in Wisconsin, highlighting its importance for maintaining the physical readiness of military personnel. Interested vendors can reach out to Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com for further details, as proposals are currently being requested with no written solicitation to be issued.
    2000ft-lbs. Force and Torque Calibrators
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking proposals for the procurement of 2000ft-lbs. Force and Torque Calibrators under a total small business set-aside contract. The objective is to acquire a minimum of three and a maximum of one hundred units over a three-year period to enhance the Navy's calibration capabilities for various torque equipment, addressing the need for reliable and accurate calibration due to aging equipment. Proposals will be evaluated based on technical merit, past performance, and price, with submissions due by September 17, 2024, at 12 PM PDT. Interested parties can contact Bryanna Alvarez at bryanna.a.alvarez.civ@us.navy.mil for further information.
    Highline Docks
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the procurement of highline docks, with a focus on small business participation under a Total Small Business Set-Aside. The solicitation requires offerors to provide new highline docks that meet specific load capacity and dimensional criteria, to be delivered to Fort Bliss, Texas, and Tyndall Air Force Base, Florida. This procurement is critical for supporting military logistics and operations, ensuring the efficient handling of cargo. Interested vendors must submit their proposals by 12:00 p.m. Eastern Time on September 20th, 2024, and are encouraged to direct any inquiries to SrA Gage Garfin at gage.garfin@us.af.mil.