SOLICITATION NOTICE
58 -- PA System - Coversheet
- Notice Date
- 8/16/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, MCB Camp Butler - MCIPAC-MCBB, PSC 557 Box 2000, Bldg 355 Camp Foster Okinawa Japan, FPO, 96379-2000, United States
- ZIP Code
- 96379-2000
- Solicitation Number
- M67400-18-Q-0138
- Archive Date
- 9/7/2018
- Point of Contact
- John duong, Phone: 6458697
- E-Mail Address
-
john.duong@usmc.mil
(john.duong@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- Coversheet need to be attached with quote REQUEST FOR QUOTATION 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; quotes are being requested and a written solicitation will not be issued. This procurement is not a small business set-aside. Therefore, any responsible source may submit a quote. This is an OCONUS requirement: FAR 19.000(b) applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 and Defense Federal Acquisition Regulations Supplement Publication Notice (DPN) 20180514. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. The Government will award to the responsible offeror with acceptable past performance, who provides the lowest price quote conforming to the solicitation and the specifications identified. *ONLY OPEN MARKET PRICING WILL BE CONSIDERED* The quote shall contain all requested products as the contract award will be made in aggregate. Therefore, any quote received without all products priced will be considered non-responsive. The Government is soliciting quote for the purchase of Military PA System. This solicitation incorporates "Brand Name" and a "Brand Name or Equal" procurement. The referenced manufacture for the brand name or equal items are not intended to be restrictive, but represent the minimum requirements of the Government. The salient physical, functional, or performance characteristics must be met in order for an "equal" item to be acceptable for award by the Government. It is the offerors responsibility to furnish sufficient information to the Government in order to determine acceptability of the quoted "equal" item(s). Therefore, if "equal" items are quoted, the offerors shall submit all technical specifications for the Government to review in order to determine technical acceptability. Offerors are instructed to completely fill out the attached coversheet and return it along with your quote. Failure to provide the required coversheet may result in your quote being considered non-responsive by the Government. All materials awarded under this contract are expected to be delivered 30 days after the award. Delivery shall be made to: Defense Logistics Agency Defense Distribution Depot San Joaquin Tracy Depot, Bldg. 30 CCP 25600 Chrisman Road Tracy, CA 95376 Offerors shall state their proposed delivery schedule and F.O.B. terms. If proposing Freight Prepaid, an estimated freight cost shall be included. Please see the below for the requirement's details: CLIN 0001: Military PA System REFERENCED MFR: Technomad or Equal REFERENCED PART#: 723 OR EQUAL • Shall Project sound at a minimum 1/2 mile away • Shall have a minimum of (2) selfcasing loudspeakers • Shall have a minimum (2) 50' 12 gauge outdoor speaker cabel • Shall have a C100 high powered amplifier • Shall have a Flightcase for Mixer and Ampliphier • Shall have a(2) Tripods • Shall have a mixer with multiple Mic CD inputs • Shall be able to switched between Dynamic Microphone and Cable • Shall have a rack mounted CD/Tape player • Shall be 120V AC powered • Color: Black Qty: 01 EA CLIN 0002: Step Down Voltage Converter REFERENCED MFR: Technomad Or Equal REFERENCED PART#: 793 OR EQUAL • Shall be able to operate from a 220-240V AC power/Euro Power • Shall work with CLIN0001 Qty: 01 EA CLIN 0003: Superconductor, Next Gen REFERENCED MFR: Technomad Or Equal REFERENCED PART#: 1599 OR EQUAL • Shall be an audio playback and recording system for military application • Shall have a minimum of 2gb onboard storage, upgrade-able Qty: 01 EA CLIN 0004: Case, Tripod/Legs REFERENCED MFR: Technomad Or Equal REFERENCED PART#: 854 OR EQUAL • Shall be mil-spec flight case for CLIN0001 • Shall have a minimum of 2 handles for easy transport • Dimensions shall be at minimum 59D inches x 10W inches x 10H inches • Shall holds at minimum 4 Tripods Qty: 01 EA The following FAR clauses and provisions apply: FAR 52.204-2 Security Requirements (Aug. 19960 FAR 52.204-7 System for Award Management (Oct 2016) FAR 52.209-6 Proctecting the Government's Interest When Subcontracting with Contractors Debarred, Supended, or Proposed for Debarment (Oct 2015) FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jan 2017), FAR 52.212-4 Contract Terms and conditions - Commercial Items (Jan 2017 FAR 52.212-5 Contract Terms and Conditions Required to Implement Stautes or Executive Orders - Commercial Items (Jan 2017) FAR 52.222-14 Dispute Concerning Labor Standards (Feb 1988) FAR 52.223-18 Encoraging contractor Policies to Ban Text messaging While Driving (Aug 2011) FAR 52.232-23 Assignment of Claims (Jan 1986) FAR 52.232-33 Payment by Electronic Funds Transfer -System for Award Management (Jul 2013), FAR 52.233-1 Disputes (Jul 2002), FAR 52.233-3 Protest After Award (Aug 1996), FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.243-1 Changes- Fixed Price (Aug 1987), DFARS 252.203-7000: Requirements Relating to Compensation of Former DoD Officials (Sep 2011), DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights (Sep 2013), DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011), DFARS 252.204-7003: Control of Government Personnel Work Product (Apr 1992), DFARS 252.204-7004 Alternate A, System Award for Management (Feb 2014), DFARS 252.204-7005 Oral Attestation of Security Responsibilities (Nov 2001), DFARS 252.204-7008: Compliance with Safeguarding Covered Defense Information Controls (DEVIATION 2016-O0001)(OCT 2015). DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013), DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. (JUN 2015), DFARS 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States (Mar 2006), DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012), DFARS 252.232-7006 Wide Area Work Flow Payment Instructions (May 2013), DFARS 252.232-7010 Levies on Contract Payments (Dec 2006), DFARS 252.243-7001 Pricing of Contract Modifications (Dec 2012), Responsible Offerors must be active in the System Award for Management in accordance with DFARS 252.204-7004 Alternate A (Feb 2014). Note: Full text of each FAR and DFARS Provision and Clause may be accessed electronically at http://farsite.hill.af.mil/ Offerors are instructed to include their DUNS number and CAGE code in their quote. Failure to provide the required information may result in your quote being considered non-responsive by the Government. Questions regarding this requirement must be submitted to John.Duong@usmc.mil NLT 1630 EST on 21 Aug 2018. Offerors shall submit their response to this RFQ via email to John.Duong@usmc.mil NLT 1630 EST on 23 Aug 2018. Offerors are advised it is their responsibility to ensure all information pertaining to this RFQ is received in full by the Regional Contracting Office-MCIPAC NLT then the expiration of this RFQ. (End of RFQ)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M67400-18-Q-0138/listing.html)
- Record
- SN05040088-W 20180818/180816231052-90cbce85d4638e4ad28e4039e69f2829 (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 |