Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2008 FBO #2496
SOLICITATION NOTICE

77 -- Band Equipment - Instruments and Electronics

Notice Date
9/24/2008
 
Notice Type
Modification/Amendment
 
NAICS
451140 — Musical Instrument and Supplies Stores
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Rhode Island, USPFO for Rhode Island, 330 Camp Street, Providence, RI 02906-1954
 
ZIP Code
02906-1954
 
Solicitation Number
W912LD-08-T-0119
 
Response Due
9/23/2008
 
Archive Date
11/22/2008
 
Point of Contact
Timothy J. Caron, Phone: 4012754282, William J. Henry,, Phone: 4012754205
 
E-Mail Address
timothy.caron@us.army.mil, william.j.henry1@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 requirement is being issued as a Combined Synopsis/Solicitation, number W912LD-08-T-0119. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23 and through Department of Defense Acquisition Regulation Change Notice 20080124. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm http://farsite.hill.af.mil/vffar1.htm This procurement is being issued unrestricted. North American Industrial Classification Standard: 451140. The Contractor shall provide the following brand name only items: 9 Each - Radial ProD2 Direct Box; 1 Each - CF Martin Buddy Guy Acoustic Guitar; 1 Each - NS Design CR-5M 5-String Electric Bass; 1 Each - Gibson J-185 EC Maple Acoustic Guitar; 1 Each - Gibson SJ 150 Cutaway Acoustic Guitar; 1 Each - Roland U.S. Fantom X-8 Workstation Electronic Keyboard; 1 Each - Stomvi Master Bb Melody Trumpet; 1 Each - Stomvi Master Bb/Ab Piccolo Trumpet; 1 Each - Musser M-48 Traveler Vibraphone 3 Octave Chromatic Vibes; 1 Set - Latin Percussion Paladium Conga Set w/Stand; 1 Each - Deagan DC9190A Chromatic Chimes; 1 Each - KBR-3D 200 Watt Keyboard Amplifier; 1 Each Beyerdynamic Opus Drum PkSE Live Drum Set Microphone Kit; 1 Each Carter D-10 Steel Guitar; 1 Each Mackie 24*8 24-Channel 8-Bus Mixing Console; 1 Each M Audio KeyRig 49-Key USB MIDI Keyboard Controller; 8 Each Sony 7506 Closed Ear Headphone Monitor Ear Piece System; 1 Each Numark TTi Turntable w/Pitch Control and Universal Dock; 1 Each - Numark TTx USB Professional Direct Drive Turntable; 1 Each Axon AX 100 mkll & AXK 100 Cable Guitar to MIDI Converter; 1 Each Motion Sound KP-500SN Stereo Combo Amplifier; 2 Each Line 6 Vetta II 300 Watt Stereo Guitar Combo Amplifier; 1 Each - Musser M67-S Xylophone w/Carrier. The Contractor shall provide the following brand name or EQUAL items: 3 Each Monitor, Color Impe. (24-inch Viewable), 1680 x 1050 (Max Resolution), 700:1 or greater Contrast Ratio, Connects Via VGA (Analog) and DVI-D (Digital), PC compatible; 1 Each Earthworks DK/25R DrumKit Mics (2) TC25 HDM Omni-directional Overhead Drum Recording Mic 48v Phantom power (10mA) 145dB SPL. (1) SR25 HDM Cardiod Bass Drum Recording Mic w/KickPad 48v Phantom power (10mA) 145dB SPL; 2 Each - Gibson 10-Outlet Power Strip/Surge Protector, Warranty - $300,000 Lifetime, Connected Equipment Protection, 24K Gold plated, Built-in Circuit Breaker, Coaxial Cable Protection, Line Protection, LED Indicators, Grounded Outlets, Labeled Outlets. FOB-Destination for delivery to: USPFO-RI Warehouse, Providence, RI 02906-1954. Delivery will be NLT 30 days ARO. The Government intends to award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based upon the Best Value to the Government. Best value can include but is not limited to price, delivery date, warranty and technical capability. The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item; FAR 52.219-6 Notice of Total Small Business Aside; 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 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34; F.O.B.-Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Required Central Contractor Registrations; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; Reference FAR Part 12.3 - Solicitation Provisions and Contract Clauses for the Acquisition of Commercial Items and DFARS 212.3. Clauses and provisions can be found at: www.arnet.gov/far. Offers shall include with their quotes a completed copy of 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items or enter at website http://orca.bpn.gov/; if Representations and Certifications have been completed on Orca, provide DUNS code. Quotes must be emailed to timothy.caron@us.army.mil. Quotes are required to be received no later than 3:00pm EST, 25 September 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c2c847bd0d36029300bf773e64f316cb&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Rhode Island 330 Camp Street, Providence RI<br />
Zip Code: 02906-1954<br />
 
Record
SN01681030-W 20080926/080924223816-c2c847bd0d36029300bf773e64f316cb (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.