SOLICITATION NOTICE
77 -- BAND INSTRUMENTS
- Notice Date
- 7/27/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 451140
— Musical Instrument and Supplies Stores
- Contracting Office
- M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
- ZIP Code
- 00000
- Solicitation Number
- M0068112T0093
- Response Due
- 8/1/2012
- Archive Date
- 9/1/2012
- Point of Contact
- Sgt Jonelle Fearon 760-725-3237
- E-Mail Address
-
JONELLE.FEARON@USMC.MIL
(JONELLE.FEARON@USMC.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; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number M00681-12-T-0093 is being issued as a Request for Quotation (RFQ). This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60,Effective 26 July 2012 and the Defense Federal Acquisition Regulation Supplement, current to DPN 20120724 (Effective 24 July 2012) Edition. The North American Classification System Code is 451140 and the small business size standard is $10M. This acquisition is a 100% SMALL BUSINESS SET-ASIDE. Any quotations received from concerns other than small businesses will not be considered for award. Marine Band San Diego has a requirement for Band Instruments. SEE ITEM DESCRIPTION BELOW. The Government will award a contract resulting from this solicitation to the offerer that represents the best value. The following factors will be considered when determining the best value: adherence to the salient characteristics, price, and delivery terms. ITEM DESCRIPTION TO INCLUDE QUANTITY AND SALIENT CHARACTERISTICS: Manufacturer ™s Brand Name, is for descriptive and informational purposes only to reflect the features essential to the minimum needs of the government. Brand Names: Yamaha, Akai & Selmer CLIN 001 QTY: 1 Instrument: Alto Saxophone - One-piece rib construction - Mother of pearl buttons - High F# key - Adjustable front F key - Non-annealed G1 neck - Gold lacquered finish CLIN 002 QTY: 1 Instrument: Tenor Saxophone - Key of Bb - Yellow brass neck, body, and bell - drawn tone holes - front F and high F# key - tilting-style low Bb spatula key - silicon treated leather pads - baked epoxy lacquer finish - include case, mouthpiece, ligature, mouthpiece cap, cork grease, neck strap, and polishing cloth CLIN 003 QTY: 1 Instrument: Tenor Saxophone - High F# Key - Tilted Bb spatula key - gold lacquer - waterproof leather and wool felt with plastic tone boosters - adjustable plastic thumb hook - drawn tone holes - blue steel springs - ribbed and flanged post mounting - 2 piece hand formed bell - annealed body, bell, and bow CLIN 004 QTY: 1 Instrument: Tenor Saxophone - mini ribbed construction - blued steel needle springs - treated leather pads with metal resonators - includes strap, swab, cloth, and cork grease - mouthpiece with a square tone chamber and an arch shaped bore for dynamic aesthetics - tapered pivot screws CLIN 005 QTY: 1 Instrument: MIDI Wind Controller - touch sensitive keys and octave roller for quick and responsive playing - Sensitive breath sensor for expressive dynamics - built-in analog modeling synth sound module - built-in MIDI output for use with sound modules - chorus, delay, reverb effects - lightweight and portable design with battery power CLIN 006 QTY: 1 Item: Hard Shell Case - black - quick lock closure - padded shoulder - ID tag - lightweight shock absorbing frame - soft non-abrasive velvoa lining - accessory compartment - exterior pocket - built in organizer - nylon exterior - carrying handle - 6 inches tall - 29 inches wide - 5.25 inches deep - weights 4.5 pounds CLIN 007 QTY: 1 Item: Tone Generator - Polyphony 128 notes - voice preset - 1024 normal voices - 64 drum kits - 9 types of reverb - 22 types of chorus - 9 types of master effect - 5 bands of master EQ - 3 bands of part EQ - volume knob - cursor buttons - audition button - store button - enter button - exit button - voice button - effect button - edit button - multi button - select button - utility button - front panel phones - rear panel USB to host - MIDI IN/OUT - digital output - assignable output L and R - 160x64 dot graphic backlit LCD display - 480mm wide - 379.4 mm deep - 44mm tall - weighs 4.2 kg CLIN 008 QTY: 1 Item: Molded Rack Case - 19' rackable depth - Full sized front and rear lids - Molded-in, ergonomic side carry handles - Recessed steel twist latches - exterior length: 21.50', exterior width: 21.25", exterior height: 6.50", exterior weight: 9.00 pounds - interior length: 17.00 interior width: 19.00; interior height: 3.50 CLIN 009 QTY: 1 Instrument: Stage Piano - 88 key wooden synthetic ivory weighted keyboard - 6 parts - 17 piano voices - 305 other voices - 14 different kits - 100 different patterns - 24 character, 2 line vacuum fluorescent display - pitch bend wheel - master volume - part volume x6 - master equalizer x5 - gain - stereo headphones jack - 1381 mm wide - 174 mm tall - 405 mm deep - weighs 25.2 kg *If quoting an equal item offeror, must provide a breakdown of technical capabilities of item quoting. Equal items must meet or exceed the salient characteristics.* The following FAR Clauses/Provisions apply: 52. 211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors œCommercial Items; 52.212-2, Evaluation ”Commercial Items; 52.212-3 Alt I, Offeror Representations and Certifications ”Commercial Items; 52.212-4, Contract Terms and Conditions ”Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders œCommercial Items (incorporating: 52.219-6, Notice of Total Small Business Set-Aside;52.219-13, Notice of Set-Aside of Orders;52.219-28, Post Award Small Business Program Rerepresentations; 52.222-3, Convict Labor; 52.222-19, Child Labor ”Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-25, Affirmative Action ompliance; 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, Restriction on Certain Foreign Purchases; 52.219-1, Small Business Program Representations; 52.222-22, Previous Contracts and Compliance Reports; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference). The following DFAR Clauses also apply: 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7004 Alt A, Central Contractor Registration; 252.211-7003 Alt I, Item Identification and Valuation; 252.232.7010, Levies on Contract Payments 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (incorporating: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023 Alt. III, Transportation of Supplies by Sea). Quoters responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications œCommercial Items with their quote. The quoter should also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to submit quotes and be eligible for award (NO EXCEPTIONS). For information on registering with the CCR, visit www.ccr.gov. Quoters are required to be registered in Wide-Area Work Flow. Quoters can self-register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil. If a change occurs in this requirement, only those quoters that respond to this announcement within the required time frame will be provided any changes/amendments and considered for award. A quotation for this request shall be submitted via regular mail to: Camp Pendleton Regional Contracting Office, Attn: Sgt Fearon, Jonelle P.O. Box 1609, Oceanside, CA 92055-1609; emailed to: jonelle.fearon@usmc.mil; faxed to: 760-725-4346; or hand delivered to: Regional Contracting Office, Bldg 22180, Camp Pendleton, CA 92055. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before: August 1, 2012, at 8:00 A.M. Pacific Standard Time. Additional contact information: Sgt Fearon, Jonelle T. (760) 725-3237 Jonelle.fearon@usmc.mil Or alternate: SSgt Simmons, M (760) 725- 3237 marina.romano@usmc.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068112T0093/listing.html)
- Place of Performance
- Address: 1400 RUSSEL AVE
- Zip Code: , SAN DIEGO,, CA
- Record
- SN02818028-W 20120729/120727235826-f2ce19afe1ddb5902f6610e74b7036ab (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 |