SOLICITATION NOTICE
59 -- 29TH ARMY BAND SOUND SYSTEM - Sound Sytems Specifications
- Notice Date
- 8/29/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Virginia, Building 316, Fort Pickett, Blackstone, Virginia, 23824-6316
- ZIP Code
- 23824-6316
- Solicitation Number
- W912LQ-09-T-0101
- Archive Date
- 10/1/2009
- Point of Contact
- Susan P. Hensley, Phone: 4342986207
- E-Mail Address
-
susan.p.hensley@us.army.mil
(susan.p.hensley@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Sound System Specifications 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 Request for Proposal number is W912LQ-09-T-0101. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35 effective July 14, 2009. This is a small business, set-aside. The applicable NAICS Code is 334310. The Virginia Army National Guard's 29th Army Band, 32 Reserve Ave., Roanoke, VA 24016-4917, has a requirement for a sound system in accordance with the attached specifications. If vendors propose named items found in the specifications, no demonstration will be required, however, if vendors propose equivalent models as determined by the Bandmaster, vendors must provide a demonstration in the Roanoke, VA area, or within a 60 mile radius of the Roanoke Armory, or provide the name/location of a site where the Virginia Army National Guard’s Technical Representatives/ Bandmaster can hear/evaluate the sound system proposed by the offeror, again, within a 60 mile radius of the Roanoke Armory. A statement of work (SOW) will not be provided separately from this synopsis. The following provisions and clauses are applicable to this acquisition: FAR Provisions 52.212-1, 52.212-3 Alt I, and 52.252-1; FAR Clauses 52.212-4, 52.212-5, 52.219-6, 52.252-2 and DFARS Clauses 252.204-7003 and 252.212-7001. FAR provision 52.212-3 Alt I shall be completed and returned with your offer. If your company information is available through Online Representations and Certifications (ORCA) so indicate in 52.212-3 and return only that portion of the provision. FAR Provision 52.212-1 is amended as follows: Delete paragraphs (d) Product Samples. FAR Provision 52.252-1 and FAR Clause 52.252-2: full text language of provisions and clauses incorporated by reference can be located at https://akss.dau.mil/default.aspx or http://farsite.hill.af.mil. FAR clause 52.212-4 is amended as follows: paragraph (g) (1) change requirement for three copies of invoices to 1 copy of invoices and add after paragraph (g) (2) the following: Line item invoices are to be submitted electronically to wawfvauspfo@ng.army.mil. Payments will be made according to the Prompt Payment Act. Questions regarding payment status or delinquent payments are to be addressed to the Voucher Examiner at 434-298-6186 or 434-298-6266; Delete paragraphs (h) Patent indemnity, (j) Risk of loss, and (n) Title. The following clauses included in 52.212-5 are applicable: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-13, 52.232-33, and 52.232-36. In addition, clauses, 52.222-41, 52.222-42, and 52.222-44 or 52.222-53, included in 52.212-5 may be deemed applicable pending contractor's response to paragraph (k)(2) in FAR Provision 52.212-3. The following clauses included in 252.212-7001 are applicable: 252.225-7001 and 252.247-7023 Alt III. Award will be made to the lowest priced offer determined to be technically acceptable. To be determined technically acceptable, the following minimum requirements must be met: The proposal must provide for all named components, or accepted equivalent components, listed in the specifications and meet the required delivery date of 1 November 2009. If demonstration of sound system is deemed necessary as defined above, offeror must provide proposed location, date, and time on his/her proposal. Demonstration dates must be within seven calendar days of the closing date of this announcement. This solicitation is being issued on a competitive basis. As stated in paragraph (g) of Federal Acquisition Regulation (FAR) Provision 52.212-1, included in this solicitation, "The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint.."All questions shall be submitted in writing and received prior to the time and date scheduled for receipt of proposals.” Questions can be sent via email, susan.p.hensley@us.army.mil or fax (434) 298-6202. Proposals are due not later than 11:00 a.m. ET on Friday, September 11, 2009. Proposals may be faxed to 434-292-6202, Attn: MSG Susan P. Hensley or emailed to susan.p.hensley@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ-09-T-0101/listing.html)
- Place of Performance
- Address: Virginia Army National Guardy, 29th Army Band, 32 Reserve Ave., Roanoke, Virginia, 24016-4917, United States
- Zip Code: 24016-4917
- Zip Code: 24016-4917
- Record
- SN01933080-W 20090831/090829234048-390bc45b967c967ad2b44eb2ab8035a6 (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 |