Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2021 SAM #7111
SOLICITATION NOTICE

77 -- INSTRUEMNTS MUSICAL

Notice Date
5/19/2021 12:20:37 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339992 — Musical Instrument Manufacturing
 
Contracting Office
W7MZ USPFO ACTIVITY CT ARNG HARTFORD CT 06105-3706 USA
 
ZIP Code
06105-3706
 
Solicitation Number
W91ZRS21R0015
 
Response Due
5/25/2021 9:00:00 PM
 
Archive Date
06/10/2021
 
Point of Contact
Leslie A Fedler
 
E-Mail Address
leslie.a.fedler.civ@mail.mil
(leslie.a.fedler.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Question One Line 5 the�S.E. SHIRES TRCLW CLW TRUMPET has been discontinued. � SHIRES catalog has this one TRCVP- Model CVP BbTrumpet � Key: Bb silver plate . Is that an acceptable replacement? If not which one? Answer One Yes SHIRES TRCVP-Model CVP Bb Trumpet - Key: Bb silver plate is an acceptable replacement. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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 solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05 dated 10 March 2021 This solicitation number W91ZRS21R0015 is for the Connecticut Army National Guard (CTARNG). The USPFO for Connecticut intends to award a Firm-Fixed Price contract for Instruments Musical. This request is due by 26 May 2021 at 12:00 a.m. (Eastern Time). This solicitation is unrestricted. The North American Industry Classification System (NAICS) code for this acquisition is 339992 �Musical Instrument Manufacturing. The small business standard size for NAICS 339992 is 1,000 employees. Instructions to Offerors All questions shall be in writing. Questions may be faxed to Leslie Fedler at 860-386-4070 or emailed at leslie.a.fedler.civ@mail.mil. Questions must be submitted No Later Than 24 May 2021. All quotes are due no later than 12:00 a.m. eastern time, 26 May 2021. Quotes may be faxed to Leslie Fedler at 806-386-4070 or emailed to leslie.a.fedler.civ@mail.mil. It is your responsibility to make sure your quote is received. The fact that the contracting office did not receive your quote due to an error on the fax machine or email address does not change the due date or time. � Basis for Award Award shall be made to a single offeror.� The Government will award a contract resulting from�� this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government has the right to use Government contracts that the vender has previously won as their past performance rating. Price Evaluation The price should be fair and reasonable. The contractor should as part of the quote have all costs explain in their quote. Proposals will be evaluated on a Best Value and proposals. A quote which does not have the price break down and that does not includes all costs the Government shall consider the quote non-responsive. The determination that a quote is reasonable will be based on competitive quotation/offers and historical history. The most important is price. Sam�s Registration: Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, they may do so through the SAM website at http://www.sam.gov. Payment shall be paid thru the wide area workflow program. All payments are net 30 days. All Offerors must accept this as payment. The wide area workflow website is https://wawf.eb.mil/. Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items (OCT 2010) with its offer. � Description (Brand Name Only with J&A) 1- FENDER 0199030712 AMERICAN ULTRA JAZZ BASS V ROSEWOOD ULTRBST S.E. SHIRES TBMDP MICHAEL DAVIS PLUS .508 BORE TENOR TROMBONE � SELMER 62 JUBILEE SELMER ALTO SAXOPHONE III JUB � SELMER 64 JUBILEE SELMER TSX III JUB BLACK LAQQUER � � S.E. SHIRES TRCLW CLW TRUMPET � S.E. SHIRES TBQ30YA Q SERIES TROMBONE 8.5 YELLOW BRASS BELL, AXIAL FLOW F VALVE � S.E. SHIRES TBQ36GR Q SERIES BASS TROMBONE W/ GOLD BRASS 9 �� BELL � YAMAHA MBL-832FWC 2,5 OCTAVE STANDARD MULTI-APPLICATION BELLS � FENDER 2370600000 RUMBLE 500 V3 BASS COMBO AMP � MEINL-WESTON MW195P-1-0GB MEINL WESTON BBB 5/4 FOUR PISTON VALVE SERIES LACQUER � � � PROVIDE QUOTE PER INSTRUMENT. THERE ARE TEN INSTURMENTS WITH ONLY ONE WITH TWO EACH. � The following provisions are included in this acquisition: FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020); FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation; �FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation�Commercial Items; FAR 52.212-3 Alt I, Offerors Representations and Certifications (OCT 2010); FAR 52.217-5, Evaluation of Options; FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment---Certification; FAR 52.222-52, Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services---Certification; FAR 52.237-1, Site Visit; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.203-7998 (DEV), Prohibition on Contracting with Entities that require Certain Internal Confidentiality Agreements---Representation (DEVIATION); DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.209-7992 (DEV), Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law---Fiscal Year 2015 Appropriations (DEVIATION); DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate; DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.225-7035, Buy American---Free Trade Agreements---Balance of Payments Program Certificate; DFARS 252.225-7035 Alt I, Buy American---Free Trade Agreements---Balance of Payments Program Certificate (Alternate I); DFARS 252.225-7035 Alt IV, Buy American---Free Trade Agreements---Balance of Payments Program Certificate (Alternate IV); DFARS 252.225-7049, Prohibition on Acquisition of Commercial Satellite Services From Certain Foreign Entities---Representations : 252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites�Representation (DEVIATION 2021-O0003) (APRIL 2021),The following clauses apply to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-18, Commercial Government Entity Code Maintenance; FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; �FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.212-4, Contract Terms and Conditions�Commercial Items; FAR 52.212-5, Contract Terms and Condition Required to Implement Statutes or Executive Orders Commercial Items (DEVIATION); FAR 52.212-5 Alt II, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--- Commercial Items� (Deviation 2013-O0019) (APR 2015) Alternate II� (APR 2015);� FAR 52.219-6, Notice of Small Business Set � Aside; FAR 52.219.28, Post Award Small Business Program Rerepresentation: FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor---Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-41, Service Contract Act of 1965, (wage determination no. 1996-0239, revision no. 25, date of last revision 02/03/2011); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.223-18, Encouraging Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; �FAR 52.232-18, Availability of Funds; FAR 52.232-33, Payment by Electronic Contractor Registration; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation, FAR 52.252-2; DFARS 252.201-7000, Contracting Officer�s Representative; DFARS;�� 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7999 (DEV), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION); DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information;�� DFARS 252.204-7011, Alternative Line� Item Structure; DFARS 252.204-7012 Safeguarding of unclassified Controlled Technical Information: DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.223-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023 ALT III , Transportation of Supplies by Sea;� Provisions and Clauses for this synopsis/solicitation can be found at https://www.acquisition.gov. � � (End of clause)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e9cf9d79f78d492988121a4d2d236281/view)
 
Place of Performance
Address: Windsor Locks, CT, USA
Country: USA
 
Record
SN06007469-F 20210521/210519230120 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.