SOLICITATION NOTICE
77 -- TUBAS
- Notice Date
- 8/2/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339992
— Musical Instrument Manufacturing
- Contracting Office
- M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
- ZIP Code
- 00000
- Solicitation Number
- M0068112T0106
- Response Due
- 8/9/2012
- Archive Date
- 8/24/2012
- Point of Contact
- SGT DREW RONTTI 7607254205
- Small Business Set-Aside
- Total Small Business
- Description
- THIS COMBINED SYNOPSIS/ SOLICITATION IS SET ASIDE FOR SMALL BUSINESSES This is 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. Solicitation number M00681-12-T-0106 is being issued as a Request for Quotation (RFQ). This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 and the Defense Federal Acquisition Regulation Supplement, current to DPN 20120724. The North American Classification System Codes are 339992, the small business size standards are 500 employees. This acquisition is set aside 100% for SMALL BUSINESSES. Any quotations received from concerns other than small businesses will not be considered for award. Marine Corps Band San Diego, California, has a requirement for (2) Tubas. The salient characteristics for the requirement are listed below: The Government intends on issuing a purchase order to the offerer that represents the best value. The following factors will be considered when determining the best value: adherence to the requirements, price, and delivery terms. BACKGROUND The Marine Band San Diego (MBSD) has a requirement for the following items in order to continue in its mission of providing support for Recruit Depot San Diego and the Western Recruiting Region. It is vital that these items be ordered within the stated parameters to ensure mission accomplishment on the part of MBSD. Additionally, the stated parameters below are critical to match our current inventory in terms of uniform sound and appearance. REQUIREMENT: Clin 0001: Tuba w/ Case Quantity “ 2 UI: EA Shall be in the key of BBb Shall be 4/4 size The finish for these tubas shall be gold lacquer Shall have 4 piston style valves for a right handed musician shall have nickel-silver inner and outer slides, as well as a corrosion safe gold brass leadpipe Bore size shall be.770 inches and the bell shall be 17 ¾ inches Shall include case that tuba fits in B/N or equal Item: Perantucci PT-2P Tuba Note: The above mentioned parameters will ensure that the intonation and overall tone of the instrument will fit in perfectly with the current ensemble sound. The item described is imperative to the Marine Band being able to conduct their mission while maintaining continuity with existing equipment. Extensive research has been conducted and the brand name item is for COMPARISON PURPOSES ONLY and does not reflect a brand name need of the government. This procurement is being conducted in accordance with FAR Clause 52.211-6 Brand Name or Equal requirements. DELIVERY SCHEDULE The requirement SHALL be delivered NO LATER THAN 90 DAYS ARO. Delivery Address: Attn: (will be identified at time of award) 1400 Russell Avenue Bldg 29 Marine Corps Recruit Depot San Diego, 92140 Instructions to Offerors: The Government will award a contract resulting from this solicitation to the responsible business whose quotation conforms to the solicitation and will be most advantageous to the Government. Please provide the following information in your quote: 1. Unit Price Per Clin and Total Price 2. Description/ Descriptive literature (Provide description of compatability with current system) 3. Delivery Time (after date of contract) 4. Company Information (Cage Code, Tax Identification Number) 5. Warranty with descriptive literature (if any) Evaluation Factors: adherence to the requirements price Delivery terms The following FAR Clauses/Provisions apply: 52.212-1, Instructions to Offerors œCommercial Items; Evaluation factors will be based on price, adherence to the salient characteristics and past performance. A sample product for each item may be requested, at no charge to the Government, if there is no past performance history. Delivery terms will be considered; 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items incorporating: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentations; 52.222-3, Convict Labor; 52.222-19, Child Labor œCooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13, Restriction on Certain Foreign Purchases; 52.219-1, Small Business Program Representations; 52.219-28, Post Award Small Business Program Re-representations; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 52.211-6 Brand name or equal The following DFAR Clauses also apply: 252.204-7004 Alt A, Central Contractor Registration; 252.211-7003 Item Identification and Valuation; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, incorporating: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests). Quoters responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications œCommercial Items with their quote. The quoter should also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to submit quotes and be eligible for award (NO EXCEPTIONS). For information on registering with the CCR, visit www.ccr.gov. Quoters are required to be registered in Wide-Area Work Flow. Quoters can self-register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil. A quotation for this request shall be submitted via email to drew.rontti@usmc.mil; mailed to: Camp Pendleton Regional Contracting Office, Attn: Drew Rontti, P.O. Box 1609, Oceanside, CA 92055-1609; faxed to: 760-725-4346; or hand delivered to: Regional Contracting Office, Bldg 22180, Camp Pendleton, CA 92055. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before August 9th, 2012, at 2:00 p.m. Pacific Standard Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068112T0106/listing.html)
- Record
- SN02824601-W 20120804/120803000210-0a94e0fc7204a1da31191ee182d66d2b (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 |