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