Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2007 FBO #2102
SOLICITATION NOTICE

77 -- Musical Instrument and Supplies Stores

Notice Date
8/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
451140 — Musical Instrument and Supplies Stores
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W67K2U-7228-0001
 
Response Due
9/5/2007
 
Archive Date
11/4/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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 solicitat ion; quotes are being requested and a written solicitation will not be issued. Solicitation W67K2U-7228-0001 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-12. This will be a 100% Total Small Business Set-Aside acquisition under North American Industry Classifications System Code (NAICS) 451140, with a small business size standard of 500 Employees. SPECIFICATIONS: The USPFO for Utah has a requirement to purchase ten (10) (each) Yamaha Artist Series B-flat Trumpets, Model #YTR-9335-CHS Brand Name or Equal To. If quoting equal to, please submit descriptive literature with offer. Items will be deliver ed to the USPFO for Utah Warehouse, 12953 South Minuteman Drive, Draper, UT 84020, include shipping charges with your bid. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www. acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: (1) FAR 52.204-7 Central Contractor Registration; (2) FAR 52.211-6 Brand Name or Equal; (3) FAR 52.212-1 Instructions to Offerors  Commercial Items; (4) FAR 52.212-2 Evaluation  Commercial Items; (5) FAR 52.212-3 Offeror Representations and Certifications  Commercial Items, with Alternate I; (6) FAR 52.212-4 Contract Terms and Conditions  Commercial Items; (7) FAR 52.212-5 Contract Terms and Conditions Requ ired to Implement Statutes or Executive Orders  Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.219-6 Notice of Total Small Business Set-Aside; (b) FAR 52.222-21 Prohibition of S egregated Facilities; (c) FAR 52.222-26 Equal Opportunity; (d) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; (e) FAR 52.222-36 Affirmative Action for Workers with Disabilities; (f) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; (g) FAR 52.232-33 Payment by Electric Funds Transfer- Center Contractor Registration; (h) FAR 52.233-3 Protest After Award; (i) FAR 52.2 33-4 Applicable Law for Breach of Contract Claim; (8) FAR 52.222-25 Affirmative Action Compliance; (9) FAR 52.252-2 Clauses Incorporated by Reference; (10) DFARS 252.204-7004 Central Contractor Registration, Alternate A; (11) DFARS 252.212-7001 Contract Te rms and Conditions Required to Implement Statutues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses and provisions within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.2 25-7035 ALT 1 Buy American Act  Free Trade Agreements  Balance of Payments Program Certificate; (b) DFARS 252.225-7036 ALT 1 Buy American Act  Free Trade Agreements  Balance of Payments Program; (c) DFARS 252.232-7003 Electronic Submission of Payment R equests; (d) DFARS 252.247-7023 ALT III Transportation of Supplies by Sea; (12) FAR 52.222-3 Convict Labor; (13) FAR 52.222-19 Child Labor  Cooperation with Authorities and Remedies. EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) Offerors capability to provide a quality product that meets the Governments needs; (2) Past performance, caliber of offerors performance on previous contracts of a similar nature; and (3) Total cost or price. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. And also in accordance with FAR 52.212-3, Offeror Representations and Certifications  Commercial Items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov. Offers shall be received NLT 4:30 P.M. MST on September 5, 2007. Offers may be sent via e-mail to Dian e Johnson at diane.johnson@utsalt.ang.af.mil. Questions regarding this solicitation shall be in writing and may be sent via e-mail to the address above.
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT
Zip Code: 84020-2000
Country: US
 
Record
SN01386498-W 20070829/070827221509 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.