SOLICITATION NOTICE
77 -- Musical Instruments for the TRADOC Band
- Notice Date
- 8/1/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339992
— Musical Instrument Manufacturing
- Contracting Office
- MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S0-14-T-TBMI
- Response Due
- 8/14/2014
- Archive Date
- 9/30/2014
- Point of Contact
- Robin, 757 501-8128
- E-Mail Address
-
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(robin.l.kemp-tate.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation 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; proposals are being requested and a written solicitation will not be issued. The Mission and Installation Contracting Command (MICC) - Fort Eustis intends to procure musical instruments for the Army Training and Doctrine Command (TRADOC) Band. The solicitation number is W911S0-14-T-TBMI and is issued as an RFP. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-74. The associated North American Industrial Classification System (NAICS) code for this procurement is 339992 with a size standard of 500 employees. This requirement is set-aside 100% for small businesses and only qualified offerors may submit bids. This requirement is a Firm Fixed Price procurement and will be procured using commercial items procedures with multiple contracts awarded from this solicitation. Each CLIN will be awarded based on the lowest price and technical acceptability of the Offerors. Evaluation/Award: IAW FAR 52.212-2, Evaluation -Commercial Items, the Government will award one or more purchase orders resulting from this RFP after a technical evaluation of the quotes has been completed to determine technical acceptability. Response Time: Responses are due NLT 14 Aug 2014, by 2:00 p.m. EST. The deadline for questions is 11 Aug 2014, 2:00 p.m. EST. Questions not received by this time will not be considered. Telephone calls regarding this RFP will not be accepted. The offeror's quote shall contain the following information: offeror's quote number, date, name, address, phone number and fax number, cage code, duns number, tax identification number, terms of any warranties, price, any discount terms, best delivery date for FOB destination, and acknowledgement of all RFP amendments (if applicable). Quote shall also contain all other documentation specified herein. Late offers: Quotes or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. Note: All offerors shall be registered in the System for Award Management (SAM) before being considered for award. Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/index.html. All responses and inquiries to this RFP must be emailed to: Ms. Robin Kemp-Tate, Contract Specialist, robin.l.kemp-tate.civ@mail.mil and cc: Mr. Michael Adams, Contracting Officer, michael.o.adams.civ@mail.mil. CLIN 0001: QTY: 2 each: Edwards Jazz Tenor Trombones Model T302, with Case CLIN 0002: QTY: 2 each: Edwards Tenor Trombone Model T396-A, with Case CLIN 0003: QTY: 1 each: Ludwig Timpani - One set of Five - Ludwig Professional Series Hand Hammered Copper Timpani with Gauge, Model# LUD-LKP505KG (Set of 5) -OR- QTY: 1 each of the following: Individual timpani model #s are: LKP520KG, LKP523KG, LKP526KG, LKP529KG, and LKP532KG. CLIN 0004: QTY: 1 each: Buffet R13 Prestige Clarinet with Case - (Buffet Prestige R13 Professional Bb Clarinet with silver plated keys [model #BC1133L-2-0]) CLIN 0005: QTY: 1 each: Buffet R13 Greenline Clarinet with Case - Buffet R13 Greenline Professional Bb Clarinet with Nickel-Plated Keys (model#BC1131G-5-0) CLIN 0006: QTY: 1 each: Loree Oboe, CR+3 quote mark AK quote mark bore, with Case CLIN 0007: QTY: 2 each: Paxman French Horns Model #25 with Case CLIN 0008: QTY: 2 each: Paxman French Horns Model #20 with Case CLIN 0009: QTY: 2 each: Taylor Phat Boy Flugel Horn, with Case CLIN 0010: QTY: 1 each: Yamaha Xeno Trumpet YTR09335CHS, with Case CLIN 0011: QTY: 1 each: Schilke Bb/a Piccolo Trumpet, Model P5-4, no Case SEE quote mark ATTACHMENTS: 1. SALIENT CHARACTERISTICS quote mark FOR DETAILED ITEM DESCRIPTIONS 2 SUMMARY B FORM (to be used to submit your RFP) 3. Redacted J&A-Brand Name This requirement is for the purchase of NEW Equipment only; NO remanufactured or quote mark gray market quote mark items will be accepted. All items must be covered by the manufacturer's warranty. ******Bid MUST be good for 30 calendar days after close of Buy. No partial shipments are permitted unless specifically authorized at the time of award. ******Shipping and Handling needs to be included in the price of your proposal. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2, Evaluation -- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, and the following clauses: FAR 52.204-7, System for Award Management; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010); FAR 52.209-6, Protecting the Government's Interest when subcontracting with Contractors Debarred, Suspended, or proposed for Debarment; FAR 52.211-6, Brand Name or Equal; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons Alt I; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.232-99 (DEV), Providing Accelerated Payment to Small Business Subcontractors (Deviation 2012-00014) (Aug 2012); FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-11, Accepting and Dispensing of $1 Coin; FAR 52,252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; and DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials; DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower; 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, Alternate A, System for Award Management; DFARS 252.204-7011, Alternative Line Item Structure; DFARS 252.204-7012, Safeguarding of Unclassified Controlled Tech Info; DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors; DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax liability or a Felony Conviction under any Federal Law; DFARS 252.215-7008 Only One Offer; DFARS 252.225-7008 Restriction on Acquisition of Specialty Metals; DFARS 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals; DFARS 252.225-7035, Buy American - Free Trade Agreements-Balance of Payments; 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 252.244-7000, Subcontracts for Commercial Items; DFARS 252.246-7003, Notification of Potential Safety Issues; and DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/VFFAR1.htm. Please be advised that all submissions become MICC -Fort Eustis property and will not be returned nor will MICC- Fort Eustis confirm receipt of the RFP response.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3bbf80253086c72c341ab836a683e88f)
- Place of Performance
- Address: MICC Center - Fort Eustis (Joint Base Langley-Eustis) Building 705 Fort Eustis VA
- Zip Code: 23604-5538
- Zip Code: 23604-5538
- Record
- SN03447331-W 20140803/140801235420-3bbf80253086c72c341ab836a683e88f (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 |