Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2008 FBO #2397
SOLICITATION NOTICE

77 -- Brass Band Instruments

Notice Date
6/17/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Lewis, Bldg 2015 Pendelton Ave, Fort Lewis, WA 98433
 
ZIP Code
98433
 
Solicitation Number
W810H381630001
 
Response Due
6/27/2008
 
Archive Date
12/24/2008
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
Bids are being solicited under solicitation number W810H381630001. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 71874. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-06-27 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Lewis, WA 98433 The USA ACA Fort Lewis requires the following items, Exact Match Only, to the following: LI 001, Euphonium BessonBesson BE968 Sovereighn Series Compensating Euphonium. The 968 Sovereign has 4 stainless steel piston valves (3 top and 1 side action) with a large shank mouthpiece receiver. This instrument must be silver (BE-968-2-0) finish and come with a Hard Case. It also must be play tested by a professional., 1, EA; LI 002, Miraphone BBMiraphone BB1291-5V in lacquer. 18.5" upright bell. Four front action pistons of.834" bore and a thumb operated 5th valve. With a 2&3 combination 5th valve slide. This Instrument must come with a Hard Case and be play tested by a professional., 4, EA; LI 003, Tuba Yamaha YCB-621This is a Yamaha YCB-621 4 Valve CC Tuba in the key of C. It is a Size 3/4 and has a Bore size of 0.689." The Diameter is 14 3/8" upright bell. The Leadpipe Material is Gold brass and the Body/Bell Material is Yellow Brass with a Finish of Clear epoxy lacquer Silver (YCB-621S.) It has Pistons/Valves (4) Monel, front action and must come with a hard Case BBC-67. This instrument must be play tested by a professional., 1, EA; LI 004, Tuba Yamaha YFB-621This is a Yamaha YFB-621 4 Valve CC Tuba in the key of F. It is a Size 3/4 and has a Bore size of 0.689." The Diameter is 14 3/8" upright bell. The Leadpipe Material is Gold brass and the Body/Bell Material is Yellow Brass with a Finish of Clear epoxy lacquer Silver (YFB-621S.) It has Pistons/Valves (4) Monel, (1) Rotary valve (thumb) front action and must come with a hard Case BBC-68. This instrument must be play tested by a professional., 1, EA; LI 005, Bass Trombone CourtoisCourtois Hagman AC500BHLR Bass Trombone w/Dual Hagmans & 10.5" GB Bell. In the Key of Bb/F/Gb/D. Must be a.0562" bore with Independant inline dual Renee Hagman valves. Open wrap F and Gb attachments with a 10.5" large yellow brass bell. Detachable bell section Hand-hammered, one piece bell. Lightweight brass slide with a Plaque resonator on the main tuning slide.it must have a Detachable Leadpipe and a Ergonomic handgrip. This instrument must come with a hard case and be play tested by a professional musician., 1, EA; LI 006, Tenor Trombone CourtoisCourtois Legend AC420BTR Trombone Outfit w/Thayer & Goldbrass Bell.0.547" symphonic large bore. The Horn must include a Genuine Orla Ed Thayer Axial Flow valve with an Open wrap F attachment. It must have a 8.5" goldbrass bell and be a Hand-hammered, one piece bell. It needs a Brass outer slides over nickel steel inner slides. It must come with a hard case and be play tesed by a professional musician., 1, EA; LI 007, Tenor Trombone CourtoisCourtois Legend AC420MBHR Trombone Outfit w/Hagman & LT Slide Goldbrass Bell.0.547" symphonic large bore. The Horn must include a Genuine Renee Hagman FreeFlow valve with an Open wrap F attachment. It must have a 8.5" goldbrass bell and be a Hand-hammered, one piece bell. It needs a Sterling silver leadpipeand a Super lightweight brass outer slides. It must come with a hard case and be play tesed by a professional musician., 1, EA; LI 008, French Horns Hans HoyerThe Hans Hoyer DK121A-L Geyer / Knopf Double Horn. The DK121 Horn has a.468-inch bore with a gold brass leadpipe plus a 12.2-inch detachable medium throat bell. The DK121A-L has an in-line valve design based on Meister Fritz Knopfs valve arrangement later adopted by Karl Geyer with the change valve placed in line after the third valve. This instrument must come with a hard case. It needs lacquer finish with mechanical linkage (DK121A-L). This instrument must be play tested by a professional musician., 3, EA; LI 009, Trumpet Bach 180S 43The Bach Stradivarius 180S43 Silver Professional Bb Trumpet with a #43 one-piece hand-hammered yellow brass bell. The 180S43 Strad has both the 43 bell and standard 25 leadpipe.It has a 459" Medium-large bore. This Instrument must come with a hard case and be play tested by a professional musician., 2, EA; LI 010, Trumpet Bach 180S 72The Bach Stradivarius 180S72 Silver Professional Bb Trumpet has a #72 bell. This instrument has a 1st valve thumb saddle and fixed 3rd valve finger ring with slide stop. The Valves that are Monel piston with a #72 4.75" one piece bell Bore.459". In the key of Bb. This instrument must come with a hard case and also be play tested by a professional musician., 2, EA; LI 011, Trumpet Schilke Series Custom B5Schilke B Series Custom Bb Trumpet. The B5 model is a ML.460" (11.68 mm) bore. The Bell is a ML 5" (127.00 mm) Copper Bell with #2 taper. This instrument must come with a hard case and must be play tested by a professional musician., 2, EA; LI 012, Trumpet Schilke Custom Series CSchilke Custom Series C Trumpets C1 ML Bore Large bell. This Instrument must come with a hard case and must be play tested by a professional musician., 2, EA; For this solicitation, USA ACA Fort Lewis intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Lewis is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. See attached list Contact ClientServices @ FedBid.com or call 1-877-9FEDBID to address any questions Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions or comments Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected as non-responsive. Quote MUST be good for 30 days after Reverse Auction closing date New equipment/parts only. No remanufactured products Offers will be evaluated based on price and delivery. Price is the most important factor The contract price includes all applicable Federal, state, and local taxes and duties FOB Destination CONUS (Continental U.S.) The contractor shall stamp or mark the supplies delivered or otherwise furnish notice with the supplies of the existence of a warranty. Markings shall include (i) a brief statement that a warranty exists, (ii) the substance of the warranty, (iii) its duration, and (iv) who to notify if the supplies are found to be defective a. The Contracting Officer (KO) at Fort Lewis is the only person authorized to approve changes or modify any of the requirements under this contract, and notwithstanding anything contained elsewhere in this contract, the said authority remains solely with the KO. In the event the Contractor or contract employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the contract price under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Current access information may be obtained by calling (253) 967-1733. As of 15 January 2002, the following requirements apply. Commercial vehicle access to Fort Lewis will be allowed only at the Logistics Center Gate (Exit 123 from I-5) on Monday through Friday. This gate will be open for inbound commercial vehicle access and inspection between 0530 hours and 2000 hours. The Logistics Center Gate is closed on weekends (Saturdays and Sundays). On Saturdays and Sundays, commercial vehicles must use the DuPont Gate (Exit 119 from I-5). DuPont Gate hours are 0530 hours until 2000 hours. All commercial vehicles will be searched. The Contractor should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Fort Lewis. (1) If the commercial vehicle is carrying a load of cement concrete or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority. (2) Large vehicles (needing greater than 12'-5" clearance) will require a time stamped "searched" label to gain access to North Fort Lewis. "Searched" labels will be issued at the Logistics Center Gate or the DuPont Gate, as appropriate. Drivers needing access to North Fort Lewis must inform the gate guard that their vehicle is over 12'-5" in height and that they will require access to North Fort Lewis. The driver will receive a briefing on proper procedures and a "searched" label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the procedures as explained to them for access to North Fort Lewis. (3) Commercial vehicles less than 12'-5" in height shall access North Fort Lewis ONLY via the Pendleton Avenue under-crossing once they are cleared through the Logistics Center Gate or the DuPont Gate, as appropriat Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Current access information may be obtained by calling (253) 967-1733. (a) Unless the contractor voluntarily participates in the Fast Access Gate Program commercial vehicle access to Fort Lewis will be allowed only at the Logistics Center Gate (Exit 123 from I-5) and through the D St. Commercial Vehicle Inspection Point on North Fort. Both gates are open Monday through Friday, excluding federal holidays. These gates will be open for inbound commercial vehicle access and inspection between 0530 hours and 2100 hours. These gates may be closed on weekends (Saturdays and Sundays) and federal holidays. On Saturdays, Sundays, federal holidays, and on other days on which these gates are closed, commercial vehicles must use the Main Gate (Exit 120 from I-5). Main Gate is open 24 hours per day everyday. A visitor pass must be obtained. All commercial vehicles will be searched. The Contractor should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Fort Lewis. If the commercial vehicle is carrying a load of cement concrete or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority.On weekends large vehicles (needing greater than 12'-5" clearance) will require a time stamped "searched" label to gain access to North Fort Lewis. "Searched" labels will be issued at the Main Gate, as appropriate. Drivers needing access to North Fort Lewis must inform the gate guard that their vehicle is over 12'-5" in height and that they will require access to North Fort Lewis. The driver will receive a briefing on proper procedures and a "searched" label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the procedures as explained to them for access to North Fort Lewis. (b) If the contractor participates in the Fast Access Gate Program, contractor vehicles may enter the installation through any fast access gate lane except at Force Protection Level Charlie or Delta. During Force Protection Level Charlie or Delta, all contractor vehicles must enter through the Logistics Center gate or, if the Logistics Center Gate is closed, through the Main Gate. All passengers in the contractor vehicle must have a fast access identification card; otherwise, the contractor vehicle must enter through the Logistics Center Gate or the Main Gate, as appropriate and obtain visitor passes. Once the Fast Access Gate Program is fully implemented, fast access gate lanes will be at the Main (Liberty) Gate, the 41st Street Gate (North Fort Lewis), the East Gate, the DuPont Gate, the D Street Gate, the Logistics Center Gate, the Madigan Army Medical Center Gate, the Rainier Gate, the Transmission Line Gate, and the Scouts Out Gate. The contractor shall use only those lanes specifically marked as fast access lanes. (c) If the Fast Access Gate Program is terminated for any reason, the contractor will be allowed access only through the Logistics Center Gate or the D St. Gate or, when they are closed, the Main Gate unless the contractor is otherwise notified by the Contracting Officer. (d) Employees who require access to Fort Lewis to perform work under this contract may obtain a Government sponsored identification badge. The identification card process has been contracted out and the cost of the identification card shall be borne by the contractor. Current established costs are: $99.00 for company start-up and $99.00 per individual. Name and address of contractor is as follows: Fast Access, Eid Passport, Incorporated, 10450, SW Nimbus Avenue, Bldg R-A, Portland, Oregon 97223, Customer Service: 877-727-4343, Office: 503-924-5300, Fax: 503-924-5320, Maria Nguyen, Manager, Cell: (None); info@rapidgate.com, mnguyen@eidpassport.com. If you choose not to obtain a Fast Access Badge, you can obtain permission for a 30-day pass by contacting the ID Card Facility (Waller Hall). This process may be changed without prior notification, but any long-term badge received by you will continue to be valid until its expiration date. THE FOLLOWING INFORMATION IS PROVIDED TO ASSIST YOU, AND WILL HELP TO EXPEDITE PAPERWORK AND PAYMENT. a. Only one delivery will be accepted against each line item. Backorders will NOT be accepted on individual line items. b. Deliver on or before date specified. Deliveries will be accepted Monday through Friday (except Holidays) from 7:30 A.M. to 2:30 P.M. to Block 15 of the Purchase Order. Notify the individual in Block 16 of any delay encountered (due to strikes, factory backorders, etc.) and give revised delivery date if possible. c. Mark outside of all cartons. Put packing list inside cartons. Show the order number assigned, the PR number shown at the end of each item, and the quantity shipped. All items will be identified by the part number by attached tag and/or stamped identification. d. On direct shipments, have the supplier or manufacturer cite our order number on packages. This eliminates delay caused by trying to determine the firm awarded the original order Proposed responders must submit any questions concerning this quote at least 5 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date will not be considered Offers will be evaluated based on price and technical acceptablibity. Quoters certifies that the product quoted meets or exceeds all minimum requirements as stated in the quote Quotes must be submitted per unit price and total price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this quote will be rejected as non-responsive Fast Pay is incorporated by reference and applies to purchase orders under $30,000. Is incorporated by reference and applies to purchase orders authorized for Advance Payment. Unless otherwise specified in this contract, the contractor shall obtain any necessary licenses and permits, give all notices, and comply with any applicable Federal, State, County, and municipal laws, codes, and regulations in connection with this contract. The contractor shall not make news releases or otherwise provide information relative to the performance of this contract or information relative to any incident occurring on date of delivery without prior approval of the Contracting Officer. No substitutions authorized for any piece of equipment.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=073d94e711395a6a5cb9e708fd6ddafe&tab=core&_cview=1)
 
Place of Performance
Address: Fort Lewis, WA 98433
Zip Code: 98433-9500
 
Record
SN01594774-W 20080619/080617221236-073d94e711395a6a5cb9e708fd6ddafe (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.