SOLICITATION NOTICE
77 -- The Iowa Army National Guard wishes to procure fourteen different sets of miscellaneous music equipment and associated accessories.
- Notice Date
- 8/25/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339992
— Musical Instrument Manufacturing
- Contracting Office
- USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
- ZIP Code
- 50131-1902
- Solicitation Number
- W912LP-14-Q-6002
- Response Due
- 9/12/2014
- Archive Date
- 10/24/2014
- Point of Contact
- Mark Thompson, (515)252-4248
- E-Mail Address
-
USPFO for Iowa
(mark.l.thompson10.mil@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 FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request for Quotation (RFQ) number W912LP-14-Q-6002. All quotes shall reference the RFQ number and shall be submitted by 1:00 p.m. local (central) time on 12 September 2014. The anticipated award date is 19 September 2014. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-76, dated 25 July 2014. This acquisition is being advertised as a Small Business Set-Aside. The North American Industry Classification System Code (NAICS) 33992 size standard of 500 Employees. As part of this synopsis/solicitation there are, fourteen (14), Statement of Works (SOW) for a wide range of musical equipment and accessories to support the Iowa Army National Guard Band. Each SOW has a corresponding Contract Line Item Numbers (CLIN). Offerors may submit quotes on one or any combinations of CLINS; however, if an Offeror submits a quote on a CLIN they shall provide pricing on the equipment and all of the accessories listed within the SOW for that CLIN. Offerors are not allowed to submit partial quotes on a CLIN. The following is a summary of the CLINS and their corresponding SOW: CLIN 0001 - Bass, Upright Electric 4-string with accessories (reference SOW #1) CLIN 0002 - Electric Guitar with accessories (reference SOW #2) CLIN 0003 - Drum Set, Dance Type with accessories (reference SOW #3) CLIN 0004 - Electric Guitar with accessories (reference SOW #4) CLIN 0005 - Acoustic Guitar with accessories (reference SOW #5) CLIN 0006 - Acoustic Guitar with accessories (reference SOW #6) CLIN 0007 - Amplifier, Electric Guitar with accessories (reference SOW #7) CLIN 0008 - Amplifier, Electric Guitar with accessories (reference SOW #8) CLIN 0009 - MIDI Controller Keyboard with accessories (reference SOW #9) CLIN 0010 - Synthesizer Keyboard with accessories (reference SOW #10) CLIN 0011 - Amplifier, Keyboard with accessories (reference SOW #11) CLIN 0012 - Snare Drum, Field Type with accessories (reference SOW #12) CLIN 0013 - Drum Set, Bass Combo Type with accessories (reference SOW #13) CLIN 0014 - Drums, Bass Field Type with accessories (reference SOW #14) Offerors may provide a lump sum quote for each CLIN or a quote broken down by items, part number and unit cost. A separate quote sheet should be provided for each CLIN and it should clearly identify the CLIN or SOW number at the top of the page. In addition, to providing the aforementioned cost for each CLIN Offerors shall provide a breakdown (if not broken down in the quote) of the items included in the cost along with part numbers and manufactures technical data for each item. It is extremely important that the price, breakdown of items included, and technical data sheets be organized in a manner so it is clear what SOW/CLIN the items are associated with. Failure to provide an organized packet may result in your quote not being considered for award. Quotes will be evaluated and award made based on the lowest price technical acceptable review. In accordance with 52.212-1, paragraph (h) multiple awards, the Government may accept any item or group of items of an offer, unless the Offeror qualifies the offer by specific limitations. The prices provided shall be FOB Destination. Delivery will be made to USPFO-Warehouse #12, 7105 NW 70th Avenue, Johnston, Iowa 50131-1824. The following provisions apply to this solicitation by reference: 52.211-6, Brand Name or Equal; 2.212-1, Instructions to Offerors - Commercial Items; and, 252.204-7011, Alternative Line Item Structure. The following Certifications and Representations apply to this solicitation by full text: The following certification provisions must be completed on the quote mark Certification Document quote mark attachment. 52.212-3 (Alt 1), Offeror's Representations and Certifications, Commercial Items; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.209-7993 (Deviation), Representation by Corporation Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations; and 252.225-7035 (Alt I), Buy American Act - North American Free Trade Agreement Implementation Act -- Balance of Payments Program Certificate. The following clauses apply to this solicitation by reference: 52.212-4, Contract Terms and Conditions - Commercial Items; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.204-7004, Alternate A, System for Award Management; 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; 252.211-7003, Item Identification and Valuation (this clause applies and will be incorporated in full text in the resulting orders for if all delivered items for which the unit acquisition cost is $5,000 or more); 252.223-7008, Prohibition of Hexavalent Chromium; 252.225-7036 (Alt I), Buy American--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; 252.244-7000, Subcontracts for Commercial Items; and, 252.247-7023, Transportation of Supplies by Sea. The following clauses apply to this solicitation by full text: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items; The following optional clause under subparagraphs (b) & (c) are incorporated by reference within 52.212-5: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); 52.219-28, Post Award Small Business Program Representation; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. All information relating to this solicitation to include the Statement of Work, Submission Requirements, Certification Document, Synopsis Solicitation Amendments, and Questions and Answers will be posted to the Army Single Face to Industry (ASFI) Acquisition Business website located at https://acquisition.army.mil. Submit your completed and signed quotation along with all required completed representations and certifications from the quote mark Certification Document quote mark attachment, to: Iowa Army National Guard, USPFO-IA-PC, Camp Dodge, 7105 NW 70th Ave, Johnston, Iowa 50131-1824 ATTN: CW4 Mark L. Thompson or email it to mark.l.thompson10.mil@mail.mil no later than 12 September 2014, 1:00 p.m. local (central) time. Point of Contact for this solicitation is CW4 Mark L. Thompson, 515-252-4248, mark.l.thompson10.mil@mail.mil. 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 above. All answers (on a non-attribution basis) will be posted to https://acquisition.army.mil/asfi/, which will be contained in a document titled Questions and Answers. Offerors are requested to submit questions to the e-mail address noted above no later than 9 September 2014, 9:00 a.m. local (central) time. Terms of the solicitation and specifications 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 written to a contractor who is registered in the System for Award Management (SAM) website located at https://www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-14-Q-6002/listing.html)
- Place of Performance
- Address: USPFO for Iowa Camp Dodge, 7700 NW Beaver Drive Johnston IA
- Zip Code: 50131-1902
- Zip Code: 50131-1902
- Record
- SN03480139-W 20140827/140826001640-92c1b9e746ba207262b62a6fdc10fe2a (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 |