Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2016 FBO #5388
SOLICITATION NOTICE

77 -- Iowa Army Band Musical Instruments - Package #1

Notice Date
8/22/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339992 — Musical Instrument Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, Iowa, 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-16-Q-6010
 
Archive Date
9/16/2016
 
Point of Contact
Vicky L. Williams, Phone: 5152524615
 
E-Mail Address
vicky.l.williams10.civ@mail.mil
(vicky.l.williams10.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
ATTACHMENT 2 - FULL TEXT PROVISIONS AND CLAUSES ATTACHMENT 1 - PURCHASE DESCRIPTIONS 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. This solicitation, W912LP-16-Q-6010, is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89, effective 15 Aug 2016. This procurement is 100% Small Business set a-side. The NAICS code is 339992 and the small business size standard is 1,000 employees. Basis for award is Best Value. The government prefers to make a single award for all Purchase Requests, but reserves the right to make multiple awards if it is in the best interest of the government. The following commercial items are requested in this solicitation: The Iowa Army Band requires PROFESSIONAL MUSICAL INSTRUMENTS AND ACCESSORIES. The Iowa Army Band is comprised of multiple professional performing groups that perform in a variety of indoor and outdoor venues, including high schools, colleges and public community events. Vendors must be able to provide service and support (either in-house or through authorized service providers) for instruments, with initial response and repair estimates preferred within 5 business days after service calls are made. SEE ATTACHMENT #1, PURCHASE DESCRIPTIONS, FOR LIST OF ITEMS REQUIRED. PROPOSAL SUBMISSION REQUIREMENTS : 1. Pricing. Vendors may submit proposals for one, some, or all of the Purchase Request (PR) Numbers. However, a proposal submitted for any PR Number MUST include pricing for the instrument and all of the associated accessories identified for that PR. A proposal for any PR Number may not be dependent upon the purchase of the other PR's (no "all or nothing" proposals). Proposal prices must be effective through 30 September 2016. 2. Product Specifications. Vendors must provide brand name, model/part number and technical specifications for EACH proposed item (instruments and accessories). Place of manufacture must be identified for each proposed item (City, State, Country). 3. Warranty/Service Information. Vendors must provide warranty and service information for each instrument being offered. Service information must include the name, address and phone number for the authorized service provider(s) that could provide warranty or non-warranty service to the Iowa Army Band; and describe the process for requesting warranty and non-warranty service for each instrument. The following clauses are incorporated into this solicitation by reference : FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEV 2016-O00003) DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7001, Buy American and Balance of Payments Program (if acquisition is > $3,500 but < $25,000) DFARS 252.225-7036, Buy American -Free Trade Agreements-Balance of Payments Program (basic or alternate as applicable depending on value of acquisition) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea The following clauses are incorporated by full text. The full text is found in Attachment #2 - W912LP-16-Q-6010 Full-Text Provisions and Clauses. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions The following provisions are incorporated into this solicitation by reference: FAR 52.212-1, Instructions to Offerors - Commercial DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (DEV 2016-O00001) DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations DFARS 252.225-7031, Secondary Arab Boycott of Israel The following provisions are incorporated by full text. The full text is found in Attachment #2 - W912LP-16-Q-6010 Full-Text Provisions and Clauses. FAR 52.212-2, Evaluation - Commercial Items DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials DFARS 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEV 2016-O00003) (Offerors shall include completed copies of the certifications within the following provisions with their offer IF they are not completed within their System for Award Management (SAM) profile at www.sam.gov.) FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.212-3 Alternate I, Offeror Representations and Certifications - Commercial Items Alternate I DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate (applicable if DFARS 252.225-7001 applies) DFARS 252.225-7035, Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program Certificate (use basic provision or alternate as applicable, depending on value of acquisition) Proposals are due on 1 September 2016, at 12:00 PM local (CDT) at USPFO for Iowa, Camp Dodge, ATTN: Ms. Vicky Williams, 7105 NW 70 th Ave, Bldg 3475, Johnston, IA, 50131-1824. Proposals may be submitted via e-mail to Ms. Vicky Williams, Contract Specialist, at vicky.l.williams10.civ@mail.mil. Facsimile quotations will not be accepted. Questions regarding this solicitation may be directed to Ms. Vicky Williams, Contract Specialist at (515) 252-4615, or via email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-16-Q-6010/listing.html)
 
Place of Performance
Address: Camp Dodge, Warehouse 12, 7105 NW 70th Street, Johnston, Iowa, 50131, United States
Zip Code: 50131
 
Record
SN04233993-W 20160824/160822234543-3aa8eb9086b6cf1a36daffdbcbbb2e75 (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.