Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 5,2000 PSA#2594

Contracting and Purchasing Division, Post Office Box 5069, Marine Corps Recruit Depot/ERR, Parris Island, South Carolina 29905-5000

77 -- DIGITAL ORGAN SOL M00263-00-T-9009 DUE 052200 POC Ms. Geri Ceasar, Purchasing Agent 843-228-3779 or Bryan Magee 843-228-2407 E-MAIL: Geri Ceasar, CeasarGM@mcrdpi.usmc.mil. (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. Quotes are being requested and a written request for quotation will not be issued. (ii) Solicitation M00263-00-T-9009 is being issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 97-17. (iv) This acquisition is restricted as a 100% small business set aside. The associated standard industrial classification code (SIC) is 5736. (v) The following is a list of contract line item numbers, item descriptions, quantities, and units: 0001- Digital Sensor Organ, commercial, fully automatic, to include installation, all services and repair manuals. Quantity -- 1. Unit of Issue -- Each. 0001AA -- State unit price of line item 0001 without anyexchange _____. 0001AB -- State unit price of line item 0001 with the following exchange property: One Allen Organ with bench and speakers, model ADC 6000 serial #48744, presently in use. (vi) The general specifications shall be at a minimum of the following: Digital Organ; software driven to include a matrix; made of solid wood core stock and genuine hardwood vaneers with lockable wood rolling top; Bench made of solid wood; Audio system shall have a minimum of five (5) channels of sound, 500 watts of power, eight (8) full range speaker systems each containing a 15" bass speaker, a 8" mid range speaker, and a premium high frequency tweeter and two (2) sub bass speaker systems to produce maximum bass response. Shall have at a minimum of 43 speaking stops including chimes, zimblestern, harpsichord, and celeste and an addition 100 stops; Three (3) manuals containing at a minimum 61 traditional and organist preferred wooden keys; Pedalboard of 32 wooden pedals built to specifications of the American Guild of Organists (AGO); Contacts magnetically operated, sealed in glass & to include Optical Sensor Technology (OST) to maximize the flexibility of an organ used in a contemporary service as well as traditional service; GS AND XG midi capable to provide capability to offer the largest flexibility in play back music; 16 memories 15 of which are lockable; moving drawknobs; pistons and toe studs; Expression Pedals of 2 divided great-positive and swell; Crescendo Pedals: 1; Organ System shall include a MIDI Division II and a Smart Recorder with remote control and 6 pre-recorded discs. This recorder system must be able to play pre-recorded music or for an organist to record specific musical pieces; The console shall include a lighted, transparent, Music desk, both classical and full tremulants; Console Controller for the organists to control the organ and its relationship to the acoustics of the room through Virtual Acoustics; Transposer: 12 step, full octave; Volume: lighted, bar-graph, volume indicator for each division; Include a Surge Protector to provide maximum protection from voltage spikes; Warranty: Shall offer a standard commercial warranty on parts and offer at a minimum 3 years labor warranty for failures due to defects in workmanship and materials. This particular organ will be used primarily in a large auditorium (1400 seat) filled to capacity with young people in a contemporary worship setting. The organ shall be designed so that it can be adjusted to the structural design of the building for the elimination of created dead spots and to the variation in the numbers of people in attendance in the auditorium (range is usually 200 to 1400 people). It shall be equipped with acoustical technology that creates the acoustic environment of choice from pipe chamber to cathedral. It shall be compatible or be complemented by other instruments (wind, brass, and percussion). The organ shall be complemented with enough memory to allow for stops and settings held in memory for multiple organists and for multiple type services (from high church, Catholic, Episcopal, and the more contemporary "rock" type religious music). This organ shall have the latest in organ technology such as digital signal processors. The price of the organ shall include installation, removal of two organs and all peripheral equipment from two different locations, shipping and instructional support, all instructional and maintenance manuals and warranty. Instructional support shall be on-site technical and performance training assistance by competent organists for contract musicians for the next 3 years. (b)Installation: The contractor shall provide all materials, tools, equipment, and labor necessary to complete installation of organ and for removal of existing equipment. Contractor personnel shall be available at the time of delivery to ensure that the Contractor's equipment is off loaded properly and delivered to the installation site within the Depot Chapel. Installation shall occur immediately following delivery of the new equipment, and shall include a training demonstration to Religious Ministry personnel on the new organ's operation. The Contractor shall coordinate dates and times with the Contracting Office at 843-228-3779. If an exchanged is offered, prior to installation of the new equipment, the contractor shall remove the equipment offered for exchange. The exchange equipment shall not be removed before the new equipment is delivered, so that removal and installation of the old and new equipment occurs simultaneously. The exchange is contingent upon a successful offer for the new equipment. If the exchange of equipment is advantageous to the Government, the equipment will become the property of the contractor, and must be removed from the Government site no later than the completion date of the installation for the new equipment. (vii) Inspection and acceptance shall be preformed at the Maine Corps Recruit Depot, Parris Island, South Carolina. The organ shall be delivered FOB destination, on or before 60 days from the date of award, Mon-Fri, 6:30 A.M. to 5:30 P.M., Monday through Friday. (viii) FAR Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix) 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The following specific evaluation criteria are included (a): (1) Quality of equipment: meets or exceeds minimum specifications; warranty (Offerors are encouraged to provide literature that represents the features of the equipment being offered). 2) Past performance (Offerors are encouraged to provide information relative to past performance with the quote). 3) Value based on price. Any economical advantage associated with offers provided a trade-in price will be utilized in evaluating the best value quote. If the evaluation results show the best value quote does not include a price for the trade-in equipment, the equipment shall remain the property of the Government. (x) 52.212-3, Offeror Representations and Certifications-Commercial Items. Offerors shall include a completed copy of the provision with a copy of its quote. (xi) 52.212-4, Contract Terms and Conditions -- Commercial Items. (xii) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional clauses cited by reference in FAR clause 52.212-5 apply: 52.219-26, Small Disadvantaged Business Participation Program Incentive Subcontracting; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-18, European Union Sanction for End Products; 52.225-21, Buy America Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program; 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration; FAR 52.232-36, Payment by Third Party and 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels. (xiii) FAR provision 52.214-31, Facsimile Bids, is also included in this acquisition. The following Defense Federal Acquisitions Regulations Supplement (DFARS) provisions and clauses apply to this acquisition; 252.212-7001, Contract Terms and Conditions Required to Implement Statues Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition; 252.217-7002, Offering Property for Exchange and is tailored as follows: (a) 0001AB (b) The property is located at the Depot Religious Ministries, bldg. 854, Marine Corps Recruit Depot, Parris Island, SC. Offerors may inspect the property during the period 5 May through 20 May, from 8:00 A.M. -- 4:00 P.M. Monday through Friday. Offerors shall include a completed copy provision 252.225-7035, Buy American Act-North American Free Trade Agreement Act-Balance of Payments Program Certificate, with a copy of its offer. Clause 252.225-7036, North American Free Trade Agreement Implementation Act, is included by reference. The following DFAR clauses cited by reference in FAR clause 252.212-7001, Contract Terms and Conditions Required to Implement Statues Applicable to Defense Acquisitions of Commercial Items, are applicable to this acquisition: 252.225-7001, Buy American Act and Balance of Payments Program. The Government reserves the right to use the Government Purchase Card as a payment method upon delivery and acceptance of supplies and services under this contract. Each Offeror shall review the clauses and provisions incorporated by reference in paragraphs (viii and xiii), and return a completed copy of the two required provisions with its quote. Copies of clauses and provisions may be provided upon request. (xiv) The Defense Priorities and Allocation System (DPAS) assigned rating is DO C9E. (xv) The Commerce Business Daily numbered note that appears at the end of this solicitation notifies prospective bidders that this request for quotation is limited to small business organizations. (xvi) Submit quotes to Regional Contracting Office, Attn: Formal Contracts Branch, Bldg. 159, Marine Corps Recruit Depot, Parris Island, South Carolina 29902. Offerors must submit their quotes to reach destination by 3:00 P.M. Eastern Standard Time, 22 May 2000. Offerors may also fax their quotes, to include completed provisions, to 843-228-2163. (xvii) Point of contact is Geri Ceasar, Purchasing Agent at 843-228-3779 or Linda Stroh, Contracting Officer at 843-228-2151. See Numbered Note 1. All responsible sources may submit an offer which will be considered.***** Posted 05/03/00 (W-SN451048). (0124)

Loren Data Corp. http://www.ld.com (SYN# 0318 20000505\77-0001.SOL)


77 - Musical Instruments, Phonographs and Home-Type Radios Index Page