MODIFICATION
77 -- ORGAN
- Notice Date
- 8/21/2012
- Notice Type
- Modification/Amendment
- Contracting Office
- 9035 OCEAN DRIVE, CORPUS CHRISTI, TX 78419
- ZIP Code
- 78419
- Solicitation Number
- N8344712RC035XB
- Response Due
- 8/22/2012
- Archive Date
- 2/18/2013
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT NOTICE: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.The solicitation number is N8344712RC035XB and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 339992 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-08-22 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be FT WORTH, TX 76127 The FLC - Jacksonville requires the following items, Brand Name or Equal, to the following: LI 001, ORGAN, ALLAN MODEL L-10, Dark oak finish Pedal board Matching bench w/storage Lighted Lucite music rack Stoplist library (multiple specifications, 4) Solid oak lockable roll-top Two expression pedals: Gt/Pd & Swell,with protective metal rodent cage Transposer, 12 key; Bass & Melody Couplers Virtual Acoustics, digital reverberation system Lumitech lighted stop controls with LED technology Full MIDI capability with GM,XG and GS MIDI Capture Pistons: 4 Memories, 7 General Pistons Set, Cancel buttons 10-Year Factory Warranty on Parts 2-Year Free Local Service ADDL SPECS KEYBOARDS: The organ?s keyboards will be full length wooden key sticks and each key stick will have built in adjustment mechanism for: Depth of key travel The pressure weight required to fully depress each key The point in each key?s travel causing the pipe sound to speak A means to level each key when each key is at rest The key surface shall be (sealed plastic or defined type of wood) Each key stick will have a felted pivot fulcrum point located at least 1/3rd the length of the key stick from its end and will not have a fulcrum point within 1 inch of the end of the key stick. The keyboards will not use rubber/polymer compression buttons as a method to make contact. The keyboards must use magnetically activated, hermetically sealed-encapsulated reed switches for making contact. MULTIPLE SPECIFICATIONS: The organ will have 4 independent stop lists. Each stop list can be voiced independently on a note-by-note, stop-by-stop basis. Each independent stop list specification will remain true to a specific traditional school of organ building (i.e. French Romantic style, English Cathedral style, American Classic style, Early Baroque style, Neo-Baroque style, etc.) Mix & match types of stoplists will not be accepted. CONSOLE ROLL TOP: The organ?s console will have a roll top made of strips of solid oak and stained to match the console finish and with a keyed lock for locking it when closed. Plastic materials for the roll top will not be accepted. REVERBERATION ENHANCEMENT: The organ will have a digital reverb. The organ will have at least 20 variations of room sizes. EXPRESSION SHOES: The expression pedal shoes will be made of cast aluminum. These shoes will be surrounded on the inside of the organ with a metal cage to deter rodents from entering the interior of the console. TRANSPOSER: The organ will have a fully adjustable transposer, capable of adjusting the pitch of the organ?s voices by all 12 steps of the musical compass. ORGAN BENCH: The organ?s bench will be of solid construction and will not have any exposed screws or bolts. The bench will have a seat/lid that can be lifted and to access a storage place for sheet music. AUDIO SYSTEM: The organ will have at least two channels of audio with a minimum of five speakers and with one of the speakers being at least 15? for producing the very lowest bass tones. There will also be at least two additional controllable presence speakers that will provide the organist clarity of sound and mounted in the upper portion of the console?s interior., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - Jacksonville intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Jacksonville is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-52 and DFARS Change Notice 20110331. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 339992 and the Small Business Standard is 500. FAR 52.247-34, F.o.b. Destination applies 52.211-6 Brand Name or Equal 52.212-2 Evaluation - Commercial Items. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. Central Contractor Registration (CCR). Sellers must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.219-6 Notice of Total Small Business Set-Aside. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers w/ Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.225-7001 Buy American Act and Balance of Payments Program. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 52.204-7 & 252.204-7004 Alt A: CCR / Alternate A 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions?Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2435e1214f4b45b2dd66d8585691d816)
- Place of Performance
- Address: FT WORTH, TX 76127
- Zip Code: 76127
- Zip Code: 76127
- Record
- SN02847808-W 20120823/120821235406-2435e1214f4b45b2dd66d8585691d816 (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 |