Skip to main content

An official website of the United States government

You have 2 new alerts

INBODY 270 & 970 BODY ANALYZERS (Brand Name or Equal)

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Sep 11, 2023 02:24 pm MDT
  • Original Published Date: Aug 09, 2023 07:46 am MDT
  • Updated Date Offers Due: Sep 18, 2023 10:00 am MDT
  • Original Date Offers Due: Aug 30, 2023 12:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Oct 03, 2023
  • Original Inactive Date: Sep 14, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Bluffdale , UT 84065
    USA

Description

SOLICITATION:  W911YP23R0026

AGENCY/OFFICE:  Utah Army National Guard / USPFO

DELIVERY LOCATION:  Utah Army National Guard / 19th SF, 17800 S Redwood Rd., Bluffdale, UT 84065

SUBJECT:  InBody 270 & 970 Body Analyzers (Brand Name or Equal)

RESPONSE DUE DATE10:00 AM MST 18 September 2023

CONTRACTING POC:  William T. Brown III; Email:  William.t.brown68.civ@army.mil;  Phone:  801-432-4273

DESCRIPTION:

*****THIS REQUIREMENT IS BEING SOLICITED AS A BRAND-NAME (or Equal) TOTAL SMALL BUSINESS SET-ASIDE.  ONLY QUOTES FROM REGISTERED SBs in SAM.GOV WILL BE ACCEPTED*****

This is a Combined Synopsis/Solicitation for the Utah Army National Guard for the requirement of InBody 270 & 970 Body Analyzers under solicitation number W911YP23R0026.  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 BRAND-NAME (or Equal) TOTAL SMALL BUSINESS SET-ASIDE under NAICS code 339112 - “Surgical & Medical Instrument Manufacturing which has a Small Business Size Standard of 1000 employees (www.sba.gov).  FOR VENDOR’S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT (SAM) AT HTTPS://WWW.SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE.  Wholesaler NAICS codes will not be accepted.  Delivery 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.

InBody Body Composition Analyzers:

  • Non-invasive, no exposition to x-ray radiation
  • Quick body composition results in 15 seconds (270 model) and 70 seconds (970 model) such as: Segmental Lean Analysis, Muscle-Fat Analysis, Body Fat percent, BMR, Waist Circumference, Visceral Fat information, and Obesity Degree
  • Very compact, foldable, (270 model & 970 model) and portable (270 model) - units take up as much room as the average standing person
  • (1 EA) InBody 970 Body Analyzer (or equal) QUANTITY
  • (2 EA) InBody 270 Body Analyzer (or equal) QUANTITY, with 2 EA carrying cases

BRAND NAME (or EQUAL) REQUIREMENTS:

1. The Clinic BIA Device allows for a database of a minimum of 80,000 profiles to be created and retains at least the last 8 measurements, to allow for historical tracking over training, deployments, and career.

2. The clinic BIA Device utilizes a minimum 40 impedance measurements, using 8 frequencies at each of the 5 segments (right and left arm, Trunk, Left and right leg) to validate accuracy.

3. Since the National Guard lacks many capabilities of the active component, the Clinic BIA device must be able to measure the following measurements, to assist the HPW Physical therapist, strength and conditioning coach, and nutritionist with the proving the most detailed and accurate recommendations for the Soldiers they are working with.
Output -Provide measurements on Mass, Body Fat Mass, Fat Free Mass, Weight, Skeletal Muscle Mass, Body Mass Index, Percent Body Fat, Segmental Lean Analysis, Segmental Body Fat Analysis, Segmental ICW Analysis, Segmental ECW Analysis, Segmental Body Water Analysis, ECW Ratio, Body Composition History, Body Water Composition, Visceral Fat Area, Body Fat-Fat Free Mass Control, Nutrition Evaluation for Protein and Minerals, Obesity Evaluation, Body Balance Evaluation, Visceral Fat Level, Basal Metabolic Rate, Waist Circumference, Bone Mineral Content, Body Cell Mass, Arm Circumference, FFMI, FMI, SMI, Recommended Calorie per Day, Calorie Expenditure of Exercise, Leg Lean Mass, TBW/FFM, ICW/FFM, Segmental Phase Angle (Right Arm, Left Arm, Trunk, Right Leg, Left Leg), Whole Body Phase Angle Segmental Impedance, BIVA. Since the National Guard lacks many capabilities of the active component, the Clinic BIA device must be able to measure the following measurements.

4. Record at least the last eight (8) results for historical tracking of users progress.

5. Product must way under 120lbs and have a test duration of 70sec or less with the capability of maintaining a database of at least 80,000 member results and maintain minimum of last 8 measurements associated with that ID.

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 an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria for all items conforming to the minimum requirements and specifications of items listed.  Offers that exceed funds availability or do not meet minimum technical requirements will not be considered for award.  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.

QUOTE: 

Please provide your quote submission to the United States Property and Fiscal Office (USPFO) Purchasing and Contracting (P&C) Division NO LATER THAN 1000 AM MST 18 September 2023.  All submissions should be sent via email to:  william.t.brown68.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/CLAUSES:

The following provisions and clauses 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 52.204-27 – Prohibition on a ByteDance Covered Application
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 52.219-28 – 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 52.232-18 – Availability of Funds

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 52.243-1 – 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 252.204-7017 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation

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

DFARS 252.204-7019 – Notice of NISTSP 800-171 DoD Assessment Requirements

DFARS 252.204-7020 – NIST SP 800-171 DoD Assessment Requirements

DFARS 252.204-7024 – Notice on the Use of the Supplier Performance Risk System (SPRS)

DFARS 252.209-7999 – Representation by Corporations Regarding Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law
DFARS 252.225-7048 – Export-controlled Items

DFARS 252.225-7055 – Representation Regarding Business Operations with the Maduro Regime

DFARS 252.225-7056 – Prohibition Regarding Business Operations with the Maduro Regime

DFARS 252.225-7059 – Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation

DFARS 252.225-7060 – Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region        
DFARS 252.232-7003 – Electronic Submission of Payment Requests and Receiving Reports

DFARS 252.232-7006 – Wide Area WorkFlow Payment Instructions
DFARS 252.232-7010 – Levies on Contract Payments
DFARS 252.239-7017 – Notice of Supply Chain Risk

DFARS 252.239-7018 – Supply Chain Risk

DFARS 252.243-7001 – Pricing of Contract Modifications
DFARS 252.244-7000 – Subcontracts for Commercial Items

DFARS 252.247-7023 – Transportation of Supplies by Sea

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.

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