MODIFICATION
77 -- Tubas & Cases as requested
- Notice Date
- 8/23/2012
- Notice Type
- Modification/Amendment
- NAICS
- 451140
— Musical Instrument and Supplies Stores
- Contracting Office
- USPFO for Wisconsin, 1 Williams Street, Camp Douglas, WI 54618-5002
- ZIP Code
- 54618-5002
- Solicitation Number
- W912J2-12-T-0007
- Response Due
- 9/10/2012
- Archive Date
- 11/9/2012
- Point of Contact
- Gary Brown, 608.427.7273
- E-Mail Address
-
USPFO for Wisconsin
(gary.daniel.brown@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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 is set aside 100% for Small Business Solicitation number W912J2-12-T-0007 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 and the Defense Federal Acquisition Regulation Supplement, current to DPN 20120724. The North American Classification System Codes are 451140, the small business size standards are $7,000,000. This acquisition is set aside 100% for SMALL BUSINESSES. Any quotations received from concerns other than small businesses will not be considered for award. The requirement for the 132 Army Band, WI Army National Guard, Madison, WI, for a total of (8) Tubas and 5 Cases. The salient characteristics for the requirements are in the additional documents link below. The Government intends on issuing a purchase order to the offerer that represents the best value. The following factors will be considered when determining the best value: adherence to the requirements, price, and delivery terms. BACKGROUND The 132 Army Band has a requirement for the following items in order to continue in its mission of providing support for WI Army National Guard It is vital that these items be ordered within the stated parameters to ensure mission accomplishment on the part of 132 Army Band. Additionally, the stated parameters below are critical to match our current inventory in terms of uniform sound and appearance. Requirement: The WI Army National Guard intends to issue a contract based on the requirements, outlined in the solicitation document below. The instruments requested are B/N or equal to Perantucci. Note: The mentioned parameters will ensure that the intonation and overall tone of the instrument will fit in perfectly with the current ensemble sound. The item described is imperative to the 132 Army Band being able to conduct their mission while maintaining continuity with existing equipment. This procurement is being conducted in accordance with FAR Clause 52.211-6 Brand Name or Equal requirements. DELIVERY SCHEDULE: The requirement SHALL be delivered NO LATER THAN 60 DAYS ARO. As outlined in the attached solicitation Instructions to Offerors: The Government will award a contract resulting from this solicitation to the responsible business whose quotation conforms to the solicitation and will be most advantageous to the Government. Please provide the following information in your quote: 1. Unit Price Per Clin and Total Price 2. Description/ Descriptive literature (Provide description of compatability with current system) 3. Delivery Time (after date of contract) 4. Company Information (Cage Code, Tax Identification Number) 5. Warranty with descriptive literature (if any) Evaluation Factors: Adherence to the requirements, Price and Delivery Terms The following FAR Clauses/Provisions apply: 52.204-7 Central Contractor Registration FEB 2012 52.212-1, Instructions to Offerors --Commercial Items; Evaluation factors will be based on price, adherence to the salient characteristics and past performance. A sample product for each item may be requested, at no charge to the Government, if there is no past performance history. Delivery terms will be considered; 52.212-3, 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 - Commercial Items incorporating: 52.219-6, Notice of Total Small Business Set-Aside; 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; 52.222-26, Equal Opportunity; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13, Restriction on Certain Foreign Purchases; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 52.211-6 Brand name or equal The following DFAR Clauses also apply: 252.204-7004 Alt A, Central Contractor Registration; 252.211-7003 Item Identification and Valuation; 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). Vendors responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications Commercial Items with their quote. The vendor 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. Vendors are required to be registered in Wide-Area Work Flow. Vendors can self-register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil. A quotation for this request shall be submitted via email to gary.daniel.brown@us.army.mil ; mailed to: USPFO-WI ATTN Gary Brown, 1 Williams Street, Camp Douglas, WI 54618.Written or emailed quotes and the above required information must be received at this office on or before August 30 2012, at 12:00 p.m. (noon) Central Daylight Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-12-T-0007/listing.html)
- Place of Performance
- Address: USPFO for Wisconsin 1 Williams Street, Camp Douglas WI
- Zip Code: 54618-5002
- Zip Code: 54618-5002
- Record
- SN02853256-W 20120825/120824001527-503be64701bf9e8b575a03071abe803c (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 |