SOLICITATION NOTICE
77 -- Timpani's and Matching Cases - Brand Name Justification
- Notice Date
- 6/19/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339992
— Musical Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Fort Sam Houston, 502d Contracting Squadron, 2270 Rattlesnake Street, Ste 202, Fort Sam Houston, Texas, 78234-1800, United States
- ZIP Code
- 78234-1800
- Solicitation Number
- 0010161856
- Archive Date
- 7/10/2012
- Point of Contact
- Cynariah N. Wilkins, Phone: 2102213760
- E-Mail Address
-
cynariah.n.wilkins.civ@mail.mil
(cynariah.n.wilkins.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Brand Name Justification Combined Synopsis/Solicitation The 502nd Contracting Squadron 2273 Reynolds Road, San Antonio, TX 78234 is issuing 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) reference number 0010161856. This requirement is being solicited for Full and Open competition on FedBizOpps. The North American Industry Classification System (NAICS) Code for this requirement is 339992, Musical Instrument Manufacturing; with a size standard of 500 employees. This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-58 effective 18 May 2012. The Government intends to award one Firm-Fixed Price contract for Musical Instruments at Fort Sam Houston, Texas 78234 in support of the 323rd Army Band. BID SCHEDULE: Potential Offerors are to provide a quote for the supplies listed below. Quote shall include a unit and total price for the following bid schedule: Description Qty Unit Price Total Price CLIN 0001 Timpani 23" Adams Philharmonic Light Cloyd Duff Style PLCD-23; 23" Timpani; 33"x33"x36; Copper European style tapered semi-flat bowl shape; Adams "ratchet free" adjustable pedal; splitrocker arm system 1 Each $ CLIN 0002 Timpani 26" Adams Philharmonic Light Cloyd Duff Style PLCD-2626" Timpani; 36"x36"x36"; Copper European style tapered semi-flat bowl shape; Adams "ratchet free" adjustable pedal; splitrocker arm system; 1 Each $ CLIN 0003 Timpani 29" Adams Philharmonic Light Cloyd Duff Style PLCD-29 29" Timpani; 39"x39"x36"; Copper European style tapered semi-flat bowl shape; Adams "ratchet free" adjustable pedal; splitrocker arm system 1 Each $ CLIN 0004 Timpani 32" Adams Philharmonic Light Cloyd Duff Style PLCD-32 32" Timpani; 42"x42"x36"; Copper European style tapered semi-flat bowl shape; Adams "ratchet free" adjustable pedal; splitrocker arm system 1 Each $ CLIN 0005 Flight case for Timpani 23" 3/8" PLY- Black ABS with 1.5" foam lining with carpet over foam; recessed hardware; 6-HD locking casters, 4 on the case body 2 on the case lid; drop down ramp; must fit 23" timpani drum @ 33"x33"36". 1 Each $ CLIN 0006 Flight case for Timpani 26" 3/8" PLY- Black ABS with 1.5" foam lining with carpet over foam; recessed hardware; 6-HD locking casters, 4 on the case body 2 on the case lid; drop down ramp; must fit 26" timpani drum @ 36"x36"36 1 Each $ CLIN 0007 Flight case for Timpani 29"3/8" PLY- Black ABS with 1.5" foam lining with carpet over foam; recessed hardware; 6-HD locking casters, 4 on the case body 2 on the case lid; drop down ramp; must fit 29" timpani drum @ 39"x39"36" 1 Each $ CLIN 0008 Flight case for Timpani 32" 3/8" PLY- Black ABS with 1.5" foam lining with carpet over foam; recessed hardware; 6-HD locking casters, 4 on the case body 2 on the case lid; drop down ramp; must fit 32" timpani drum @ 42"x42"36 1 Each $ Delivery Information INSPECTION AND ACCEPTANCE: Destination DELIVERY DATE: 30 days from contract award date PLACE OF DELIVERY: 2436 Hood St, Fort Sam Houston TX, 78234 Provisions and Clauses The following clauses and provisions are applicable to this solicitation and can be viewed through internet access at the Federal Acquisition Regulation (FAR) Site, http://farsite.hill.af.mil: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards FAR 52.209-6, Protecting the Government' 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, Instruction to the Offerors - Commercial Items FAR 52.212-3 Alt l, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010) (See Addendum below) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2012) (DEVIATION) FAR 52.219-1 Alt I, Small Business Program Representations FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.223-18, Encouraging Contractor Policies to Band Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-23, Assignment of Claims FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.233-3, Protests after Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.252-5, Authorized Deviations in Provisions FAR 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7004 Alt A, Central Contractor Registration DFARS 252.211-7003, Item Identification and Valuation DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses selected: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea (END OF DFARS 252.212-7001 CLAUSE SELECTION) DFARS 252.225-7000, Buy American-Balance of Payments Program Certificates DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.247-7023, Transportation of Supplies by Sea FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (as): http://farsite.hill.af.mil//. (End of clause 52.252-1) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) 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 their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil//. (End of clause 52.252-2) 5352.201-9101 Ombudsman As prescribed in 5301.9103, insert the following clause: OMBUDSMAN (APR 2010) a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of quotes, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact Mr. David E. Jones, HQ AETC/A7K 2035 First Street West Ste 1, Randolph AFB, TX 78150-4304, (210) 652-7907, fax (210) 652-8344, david.jones.3@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause 5352.201-9101) As prescribed in 12.302(d) the following addenda is provided for solicitation provision FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2010) FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes - Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. ADDITIONAL INFORMATION: 1. QUOTATION PREPARATION INSTRUCTIONS: To assure the timely and equitable evaluation of quotations, vendors must follow the instructions contained herein. Vendors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors and if applicable, sub-factors. Quotations submitted in response to this Combined Synopsis/Solicitation must address the following evaluation factors ; FACTOR I - Technical Capability Quote, FACTOR II - Price; FACTOR I - TECHNICAL CAPABILITY QUOTE 1) A technical description/illustration of the equipment being offered in sufficient detail to evaluate compliance with the requirement relating to product specifications and respective features found in the attached Statement of Objectives. This includes, but not limited to product literature, spec sheets, drawings, or other documents, as found necessary. Vendor's quote shall also illustrate, if applicable, Probable life expectancy of the item(s) selected; Warranty considerations.. FACTOR II - PRICE 1) An offer must be made on all categories for that offer to be eligible for consideration for award. 2. Basis of Award: The award will be made to the vendor whose quotation represents the best value to the government. As allowed by FAR 13.106-2(b) (1), the Lowest Price Technically Acceptable (LPTA) selection process shall be applied. Award will be made to the vendor who is deemed responsible and responsive, and represents the best value to the government based on selection of the technically acceptable quotation with the lowest evaluated price. The best value is represented by the lowest priced technically acceptable quotation. To be eligible for award, a quotation must meet all technical requirements, conform to all required terms and conditions, and provide all information required. The technical area will be evaluated on an "acceptable" or "unacceptable" basis. Only those quotations determined to be technically acceptable will be evaluated on price. If the quotation received is determined to be unacceptable, the vendor will be excluded from competition and will not be considered for award. EVALUATION FACTORS 1. Price (Total) - The Government may assess the realism of proposed prices where a vendor's total evaluated price can realistically support the requirement herein. 2. Technical Capability - The vendors quote will be evaluated to the extent that it meets the requirements of the Statement of Objectives. 2. Questions regarding this Request for Quote are to be directed ONLY to the 502d Contracting Squadron personnel, all questions must be submitted by 12:00 Noon, CST, 21 June 2012. Questions should be in writing and sent by email to Cynariah N. Wilkins, Contract Specialist, at cynariah.n.wilkins.civ@mail.mil. Answers considered material to the successful receipt of quotes will be made accessible to all potential vendors via an amendment to this solicitation. 3. Submit your quote no later than 12:00 P.M., Central Standard Time, 25 June 2012. Submit electronically by e-mail to, cynariah.n.wilkins.civ@mail.mil. Insert proposed unit and extended prices in the above price schedule for each contract line item number (CLIN). All pricing will remain valid from the date of submission for 30 days. All offers must submit a copy of, a completed copy of their Representations and Certifications. 4. Point of Contact Information: A. The Contract Specialist for this requirement is: Cynariah N. Wilkins (210) 221-3760 cynariah.n.wilkins.civ@mail.mil B. The Contracting Officer for this requirement is: William F. Brooks (210) 295-3085 william.f.brooks.civ@mail.mil 5. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your contract number or invoice number will be required to inquire on the status of your payment.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d004ccc6c49c26c550b392f8130eb994)
- Place of Performance
- Address: Fort Sam Houston, TX, San Antonio, Texas, 78108, United States
- Zip Code: 78108
- Zip Code: 78108
- Record
- SN02780268-W 20120621/120619235858-d004ccc6c49c26c550b392f8130eb994 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |