Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2009 FBO #2857
SOLICITATION NOTICE

77 -- Band Electronis and Amplifiers

Notice Date
9/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
2103 S 8th Ave, Fort McCoy, WI 54656
 
ZIP Code
54656
 
Solicitation Number
W57ENK9196N001
 
Response Due
9/21/2009
 
Archive Date
3/20/2010
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W57ENK9196N001 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 2005-34. 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 2009-09-21 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Snelling, MN 55111 The US ACA FT McCoy requires the following items, Brand Name or Equal, to the following: LI 001, Gallien-Krueger amp with caseGallien-Krueger MB150S-111/112 AMP with fitted ATA compliant travel case with mounted wheels or equivalent Suggested Vendor part number 482567FOB: Destination, 3, EA; LI 002, Keyboard amplifier with caseRoland KC-550 keyboard amplifier with fitted ATA compliant travel case with mounted wheels or equivalent Suggested vendor part number 480195FOB: Destination, 3, EA; LI 003, 3-Way loudspeakers with caseEAW LA460 3-way Loudspeakers with fitted ATA compliant travel case with mounted wheels or equivalent Suggested vendor part number 601025FOB: Destination, 2, EA; LI 004, 2-Way Loudspeakers with caseEAW LA212 Main/Monitor 2-way loudspeakers with ATA compliant travel case with mounted wheels or equivalent Suggested vendor part number 601022FOB: Destination, 3, EA; LI 005, Subwoofer with caseEAW SBX220 Subwoofers with fitted ATA compliant travel case with mounted wheels or equivalent Suggested vendor part number 600026FOB: Destination, 2, EA; LI 006, 4-Way Crossoverdbx 234 Stereo 2/3 Way Mono 4-Way Crossover or equivalent Suggested Vendor part number 183516FOB: Destination, 1, EA; LI 007, Graphic Equalizerdbx 1215 Dual 15-Band Graphic Equalizer or equivalent Suggested vendor part number 183556FOB: Destination, 1, EA; LI 008, Graphic Equalizerdbx 1231 Dual 31-Band Graphic Equalizer or equivalent Suggested Vendor part number 183557FOB: Destination, 1, EA; LI 009, Power Conditioner Furman PL Pro DMC power conditioner or equivalent Suggested Vendor part number 500827FOB: Destination, 2, EA; LI 010, Power AmpCrown XII 6000 power amps or equivalent Suggested vendor part number 580529FOB: Destination, 4, EA; LI 011, Handheld wireless microphone systemShure SLX24/Beta 58 Handheld wireless microphone system or equivalentSuggested vendor part number 270597FOB: Destination, 4, EA; LI 012, Instrument/Vocal micShure SM57 Instrument/Vocal Mic or equivalent Suggested Vendor part number 270102FOB: Destination, 8, EA; LI 013, Drum Microphone packageShure PG 6-Piece Drum Microphone Package or equivalent Suggested vendor part number 270298FOB: Destination, 1, EA; LI 014, Dynamic Cardioid MicrophoneShure SM7B Dynamic Cardioid Microphone with Switchable Response or equivalentFOB: Destination, 1, EA; LI 015, Microphone ClipProLine Standard or equivalentSuggested Vendor part number 279100FOB: Destination, 40, EA; LI 016, Drum Microphone Mount KitMusicians Gear Drum Microphone Mount Kit Model 271296 consisting of 4 DM50 Drum Rim Mic Clips and one MS7920B Kick Drum/Amp Mic Stand or equivalentFOB: Destination, 1, EA; LI 017, Guitar Amp MicrophoneSennheiser evolution e906 Dynamic Guitar Amp Microphone or equivalentSuggested Vendor part number 270865FOB: Destination, 5, EA; LI 018, Condenser MicrophoneSennheiser MD421 MKII U4 Condenser Microphone or equivalentSuggested vendor model 270820FOB: Destination, 8, EA; LI 019, 28-Channel Snake with Rolling ReelAV Link 28-Channel Snake with Rolling Reel (30 Meters) or equivalentSuggested Vendor part number 331672FOB: Destination, 1, EA; LI 020, Speaker CableMonster Cable Studio Pro 1000 Speaker Cable 1/4" Speakon or equivalentSuggested Vendor part number 331672FOB: Destination, 20, EA; LI 021, Boom Mic StandHercules Stand MS631B or equivalentSuggest Vendor part number 484163FOB: Destination, 35, EA; LI 022, Guitar Speaker Cabinet with ATA compliant caseMesa/Boogie 2x12 Lonestar? Guitar Speaker Cabinet with ATA compliant case or equivalent GENERAL FEATURES 180 Watt C90 Speaker 8 Ohm Marine Grade Baltic Birch Cabinet Black Taurus Covering Black Twisted Jute Grille Silver Piping Slip Cover 18in H 26-3/4in W 11-3/4in DFOB: Destination, 1, EA; LI 023, Guitar Amplifier with ATA complaint caseMesa/Boogie Dual Rectifier Roadster? Head (Width 25-5/8 in) Guitar Amplifier with with ATA compliant case.or equivalent GENERAL FEATURES Multi-Watt- Channel Assignable Power Amp (Patent Pending) allows you to assign either 2 or all 4 Power Tubes to each Channel for Power Ratings of 50 or 100 Watts of Class A/B Power via independent 50/100 Watt Power Switches / 4x6L6, 6x12AX7, 2x5U4Bias Select Switch (6L6/EL34)2x12 / Combo / V30 Speakers / CastersFixed Bias for Consistent, Maintenance Free Performance4 Fully Independent Channels with 12 Modes (Channel 1 = Clean, Fat or Tweed?, Channel 2 = Clean, Fat or Brit, Channels 3 & 4 = Raw, Vintage High Gain or Modern High Gain)Each Channel features Independent Gain, Bass, Mid, Treble, Presence, All-Tube, Long Spring Reverb, Channel Assignable Dual Rectification (Diode or Tube Tracking - Patent Pending), All-Tube FX Loop with Send Level Control (over all channels when activated)Output Level Control (over all channels when activated)Footswitchable Solo Level Control c Patent 6,724,897 (over all channels when activated)Bold/Spongy /Variac- SwitchTrue/?Hard Bypass Switch that removes FX Loops, Output Level & Solo Level Controls from signal pathSlave Out w/Level ControlExternal Switching Jacks for Channels 1, 2, 3, 4, Solo, Reverb, FX Loop & Hundred Watt7 Button Footswitch (Channel 1, Channel 2, Channel 3, Channel 4, Reverb, FX Loop & Solo)Slip CoverFOB: Destination, 1, EA; For this solicitation, US ACA FT McCoy 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. US ACA FT McCoy 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. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-36, 52.225-13, 52.232-34, 52.219-6, 52.219-28, 52.222-3, 52.222-19. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001 ALT I, Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources; 252.225-7000 Balance of Payments Act Certificate; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 203.7000 Contractor Standards of Conduct, 252.247-7003 ALT III Transportation of Supplies by Sea; 252.225-7002, Qualifying Sources; 252.232-7010, Levies on Contract Payments: 252.243-7001, Pricing of Contract Modifications and; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. ORCA Requirement: Prospective contractors who have not completed electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database, shall complete and submit FAR 52.212-3 Alternative 1 to be eligible to receive an award for this solicitation. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 90 calendar days after submission FOB Destination CONUS (Continental U.S.) No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL The following FAR clause 52.211-6, Brand Name or Equal, will apply. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Brand Name or Equal: The Buyer is allowing Sellers to submit quotes that either meet or exceed the manufactures brand name product. Sellers MUST submit exactly what they are quoting by including make, model, and description for any "Or Equal" bid. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must o Meet the salient physical, functional, or performance characteristic specified in this solicitation; o Include descriptive literature such as illustrations, drawings or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; o Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements; and o Clearly identify the item by Brand name if any; and Make or Model number. Small Business Set Aside: NACIS Code and Size Standard: 339992, <500 Employees. Only qualified sellers registered in CCR and ORCA under this NACIS Code will be considered for this RFQ. Quotes, including FedBid fees, shall not exceed negotiated contract schedule pricing. Offers shall include contract schedule pricing in Seller Bid Specification section for each line item.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ27/W57ENK9196N001/listing.html)
 
Place of Performance
Address: Fort Snelling, MN 55111
Zip Code: 55111-4009
 
Record
SN01961382-W 20090920/090919000952-18c5ebc17a0458404ca13be4b9b18153 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.