SOLICITATION NOTICE
77 -- Sound Equipment and Band Instruments
- Notice Date
- 9/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 451140
— Musical Instrument and Supplies Stores
- Contracting Office
- Department of the Army, National Guard Bureau, 134 ARW, MCGHEE TYSON ANG BASE, MCGHEE TYSON ANG BASE, Tennessee, 37777
- ZIP Code
- 37777
- Solicitation Number
- F7XH192131A001
- Point of Contact
- Paula K. Sales, Phone: 865-336-3351
- E-Mail Address
-
paula.sales@ang.af.mil
(paula.sales@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- I) 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; proposals are being requested and a written solicitation will not be issued. (II) Solicitation F7XH192131A001 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-39. (IV) This acquisition is being procured on a total small business set aside. The associated NAICS code for this acquisition is 451140 small business size standard is $10M. (V) COMMERCIAL ITEM DESCRIPTION: CLIN 0001- Quantity 5 each -Shure PSM1000 Personal Monitor System. 470-952 MHz (Regionally dependent) RF Carrier range, 49 per band frequencies, 72-80 MHz tuning bandwidth, 90M (300FT) operating range, 35Hz-15kHZ audio frequency response, 90Db signal-to-noise ratio, 0.5% total harmonic distortion (REF.+/-34 kHz DEVIATION @1 kHZ). Shall include P10T dual wireless transmitter (QUANTITY OF 1), P10R wireless body pack receiver (QUANTITY OF 2), and SE425-CL sound isolating earphones - clear (QUANTITY OF 2). CLIN 0002 - Quantity 2 each - 100Hz, 133 dB PROGRAM, 136 dB PEAK, TWO MODEL SSL15-14, 15" CONE WOOFERS, 800 WATTS PROGRAM AT 4 Ohms (EACH) 44.5" H X20" W X24" D, 206 LBS. CLIN 0003 - Quantity 2 each - Renkus-Heinz ICL-R array. Outdoor speakers, 01. V POWER OUTPUT. 80 Hz TO 20 KhZ FREQ. RANGE. 8 AMP channels per module, five 6.5-inch cone transducers with neodymium magnets and three 1-INCH HF titanium nitrade compression drivers per module. 48" H X 8" W X 11.3" D. 61 LBS. AEROQUIP FLYTRACK. CLIN 0004 - Quantity 1 each - Roland R-1000: 48-track recorder/player. 48 track max- (44.1/48.0 kHZ) and 24 track max (96.0 kHZ). DA conversion of Sample Rate: 44.1 kHz / 48.0 kHz / 96.0 kHz, Signal Processing: 24 bits. BWF Data Type. Removable hard disk, USB connector, USB type A for mass storage, USB connector PC, USB Type B - USB-MDI, monitor out jacks (1, 2): XLR-3-32 type (balanced), phones jack: Stereo 1/4 inch phone type REAC ports (A, B, C, D) : RJ-45 EtherCon type RS-232C connector: 9-pin D-sub type MIDI connectors (IN, OUT/THRU): 5-pin DIN type video sync (BLACK BURST) jacks (IN/THRU): BNC type WORD CLOCK jacks (IN/THRU): BNC type SMPTE (LTC) IN jack : BNC type Grounding terminal AC INPUT connector * XLR type: 1 GND, 2 HOT, 3: COLD. Color Touch Screen Display. Width (W)482 mm19 inches Depth (D)384 mm15-1/8 inches Height (H)133 mm5-1/4 inchesWeight7.3 kg16 lbs. 2 oz. CLIN 0005 - Quantity 1 each - Fender Hot Rod Deluxe III 40W 1X12 Tube guitar combo AMP, Black,. MODEL # 2230200, Series: Hot Rod. 120V. 40 Watts, 2 inputs, effects loop ( preamp out, power amp in, one extension speaker jack, three selectable channels (normal, drive and more drive)). CLIN 0006 - Quantity 1 each - Gibson Songwriter Deluxe Studio EC Acoustic Electric Guitar with Case. Item #: GIB SSCDAN GH LIST. Square shoulder small dreadnought body style, Mahogany neck, ebony fingerboard, ebony bridge, gold grover kidney tuners. Gibson master build premium and phosphor bronze would strings. CLIN 0007 - Quantity 1 each - Godin ACS-SA Slim Nylon String Cedar Top Acoustic-Electric Guitar with Hard-shell case. Product #500322. Mahogany neck, ebony fingerboard, 16" fingerboard radius, 25-1/2" Scale, 1.715" Nut Width, chambered silver leaf maple body, Custom RMC electronics with 13-pin connector for direct control of Roland GR series and Axon AX100 guitar synths, Natural high-gloss finish. CLIN 0008 - Quantity 3 each - Yamaha SFZ MS-9213 in blue forest. Blue finish 13" Marching snare drum. 13X11. 14.6 LBS, 6-Ply birch, air-seal system, high strength-die cast aluminum rim and suspension. 3 Protective feet. CLIN 0009 - Quantity 1 each - Yamaha MB-8226 Series bass drum in blue forest. Blue finish, 26". 26" X 14" Field-Corps Marching Bass Drum. 7-PLY Birch and mahogany. CLIN 0010 - Quantity 1 each - Yamaha Randall May RM-TFCB aluminum tubular vest bass drum carrier. ITEM #252504. Aluminum belly plate, aluminum tubes, shoulder rotation adjustments for the camber. CLIN 0011 - Quantity 3 each - Yamaha Randall May RE-TSFZ aluminum tubular vest snare carrier. ITEM 252505. Aluminum belly plate, aluminum tubes, shoulder rotation. CLIN 0012 - Quantity 1 each - Field Master Drum Case for Bass Drum. MODEL DA-4026. Designed to hold 26" Yamaha marching bass drum (MB 8226) CLIN 0013 - Quantity 3 each - Field Master Drum Case for Yamaha SFZ 13" Marching snare drum ITEM DA-8013. CLIN 0014 - Quantity 1 each - NS Design: CR Series Double Bass, electric, 4 String, maple body and neck, polar bridge picup, EMG magnetic pickup, active EQ and mixer, adjustable bridge, end pin stand, optional flight case included 145 CM (57") LONG, 25 CM (10") WIDE; 25 CM (10") HIGH. CLIN 0015 - Quantity 2 each - Anvil 1/2" ATA Case for 112 Combo Custom Configured, extra heavy duty construction, HD 3.5" fixed (2 locking/ 2 non locking) casters. CLIN 0016 - Quantity 1 each - Yamaha YAS-875EXS. Custom EX Series Alto Saxophone, silver plated finish, high F#, front F, mother of pearl keys, adjustable thumb hook, Eb voice key, AS4CM mouthpiece. CLIN 0017 - Quantity 1 each - Yamaha YTS-82ZS. Custom Z Series Tenor Saxophone, silver plated finish, High F#, FRONT F, mother of pearl keys, hand engraved bell, new bullet head design pivot screw, adjustable thumb hook, Bb key voice, TS4CM mouthpiece. NOTE: If quoting equal item, your proposal must contain the make, model and part number along with the name of the manufacturer and enough information for the Government to make an equal determination. Failure to include sufficient information may result in no further consideration of your quote. Offeror may, at the discretion of the Government, be asked to provide more information and clarification regarding their or equal offer/quote. Request for such information does not constitute discussions. (VII) Place of Delivery: McGhee Tyson ANG Base, Louisville, TN 37777, FOB POINT IS DESTINATION. (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial Items. (IX) The FAR provision 52.212-2, Evaluation -- Commercial Items, also applies to this acquisition The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government, price and other factors considered. Factors that shall be used to evaluate offers are (i) technical capability of the item offered to meet the Government requirement and (ii) price. Technical is considered to be equally important to price. The contracting officer will award to the offeror whose offer represents best overall value to the Government, which may or may not be the lowest priced offer. The Government intends to evaluate offers and make award without discussions. However, the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. Technical capability will be rated as pass or fail. Quotes must provide information on price, delivery, Tax ID number, Cage Code and DUNS number. Additionally, your company must be registered in the CCR System as well as registered and have completed the online Reps and Certs at the following website: http://orca.bpn.gov. (X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items. Offerors shall include a completed copy as part of their quote. A copy of the Offerors Representations and Certifications may be obtained from (http://farsite.hill.af.mil). However, vendor must complete the Reps and Certs as stated in section (IX) above at http://orca.bpn.gov. (XI) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Required Central Contract Registration, Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIII) The following clauses are incorporated by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this website http://farsite.hill.af.mil: 52.203-3, Gratuities; 52.203-6, Alt I, Restrictions on Subcontractor Sales to the Government; 52.204-4, Printed or Copied-Double Sided on Recycled paper; 52.204-7, Central Contractor Registration; 52.211-6, Brand Name or Equal; 52.215-5, Facsimile Proposals; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns (DEVIATION); 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 With Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration; 52.233-2, Service of Protest; (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Protest to the independent review authority shall be filed with either the Office of the Chief Council or the Contracting Officer: Office of Chief Counsel ATTN: NGB Protest Decision Authority 1411 Jefferson Davis Highway Jefferson Plaza 1; Suite 11300 Arlington, Virginia 22202-3231 FAX (703) 607-3684 or 3682 OR Protest to the Contracting Officer shall be filed at: 134ARW/MSC 240 Briscoe Drive Louisville, TN 37777-6227 FAX (865)985-3335 ONLY WRITTEN PROTESTS WILL BE CONSIDERED. NO PROTESTS MAY BE FILED BY ELECTRONIC MAIL. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions and Contract Clauses (http://farsite.hill.af.mil); 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil); 52.253-1, Computer Generated Forms 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alt A, Central Contractor Registration; 252.204-7006, Billing Instructions; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.211-7003, Item Identification and Valuation; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (DEVIATION); 252-225-7002, Qualifying Country Sources as Subcontractors; 252-225-7012, Preference for Certain Domestic Commodities; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings; 252.225-7036 Alt I, Buy American Act - Free Trade Agreements - Balance of Payments Program; 252.232-7003, Electronic Submission of Payment requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies Sea. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the FedBizOps (https://www.fbo.gov) web site. They will be contained in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted below not later than 19 December 2011. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (XIV) N/A. (XV) Quotes will be due to the 134ARW/MSC 240 Briscoe Drive, Louisville, TN 37777, by 21 December 2011, 2:00 p.m. eastern standard time. Email quotes will be accepted at paula.sales@ang.af.mil. Quotes may also be faxed to 865-985-3335. (XVI) Point of Contact is MSgt Paula Sales (865) 336-3351 or email paula.sales@ang.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40-1/F7XH192131A001/listing.html)
- Place of Performance
- Address: 240 Briscoe Dr, Louisville, Tennessee, 37777, United States
- Zip Code: 37777
- Zip Code: 37777
- Record
- SN02873075-W 20120909/120908001257-3e0940f3b7d75b9ab0d7b4bf5d41d2cd (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 |