Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2010 FBO #3063
MODIFICATION

77 -- Classic Grand Piano, Modification01

Notice Date
4/12/2010
 
Notice Type
Modification/Amendment
 
NAICS
451140 — Musical Instrument and Supplies Stores
 
Contracting Office
RCO Fort Richardson (PARC Pacific, 413th CSB), Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
W912CZ10T1004
 
Response Due
4/14/2010
 
Archive Date
6/13/2010
 
Point of Contact
Tammie Adair, 907-384-7104
 
E-Mail Address
RCO Fort Richardson (PARC Pacific, 413th CSB)
(tammie.adair@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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 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. As a combined synopsis solicitation proposals are being requested and no separate notice will be issued. (ii) This synopsis solicitation number is W912CZ10T1004. (iii) This synopsis solicitation RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular 200518 (July 5, 2007). (iv) The applicable NAICS is 451140. Size Standard: $7.0M.(v) This synopsis solicitation contains one (1) line item. Quotes are being sought from Total Small Business set aside. (vii) Delivery location: Post Chapel, Building 3, Fort Richardson, Alaska 99505. Acceptance will be Government: Government to coordinate with vendor the times/dates of delivery. Delivery, installation, and set up outlined in the attached statement of work to take place on or about 1 May 2010. CLIN0001: One (1)New Classic Grand Piano. Customer requesting a New Classic Grand Piano with two (2) year pricing for routine maintenance to take place on a quarterly basis at the physical address and location outlined in this CLIN. Includes FOB destination delivery, Fort Richardson, Alaska 99505 Customer requesting setup, and initial tuning, along with relocation of existing piano (Kawai KGC2 classic grand). ManufacturerKawai, Model RX2 or equal specs to Approximately 70 in length, 60 in width, 40 in height, and maximum weight of 700 pounds with minimum 88 keys. Full duplex scale, solid brass casters, a hard finish music rack, a soft fall fallboard (no lock necessary), a cabinet lid with a minimum of two (2) open positions and a safety stop (no lock necessary). Finish: Ebony Satin. Piano to be fully assembled, tuned, and operable, placed in playing order on the piano platform in the main sanctuary. A climate-control system (humidifier / dehumidifier / humidistat) currently exists and may be transferred from the existing piano currently on-site. Complete item Delivery, Installation, and Set Up details outlined in the attached Statement of Work (additional documentation link). *Vendor Note* Please include in the bid response, two (2) year pricing for routine maintenance to take place on a quarterly basis at the physical address and location outlined in CLIN0001. Quarterly maintenance to be coordinated and scheduled with the Government point of contact Chaplain CptP Bolin, 9073841461 or the alternate point of contact Chaplain LTC Walker 9073841462. *In addition to the instructions outlined in viii,Please provide specs, brochure, pictures or Model and Manufacturer Number with your quote*. (viii) The provision at FAR 52.2121, Instructions to Offerors Commercial JUN 2008), FAR 52.2122, EvaluationCommercial Items (JAN 1999), FAR 52.2123 ALT 1, Offeror Representations and CertificationsCommercial Items Alternate I (FEB 2009) applies to this acquisition, FAR 52.2194 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL 2005), DFARS 252.2127000, Offeror Representations and Certifications Commercial Items (ix) Offers will be evaluated using the best value selection method, the following are the evaluation factors to be used: Technical Capability, Past Performance, and Price. Technical Capability and Past Performance when combined are approximately equal to price. The contract will be awarded to the offeror that provides the best value to the government. (x) The clause at 52.2124, Contract Terms and Conditions Commercial Items (MAR 2009) applies to this acquisition. All offers must include a completed copy of this provision. All Offers must either be accompanied by Representations and Certifications or the offeror must be currently registered in ORCA at website https://orca.bpn.gov/ (xii) The following clauses apply: FAR 52.2125 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; DFARS 252.2127000, Offeror Representations and Certifications Commercial Items, DFARS 252.2127001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2002); FAR 52.2177 Option for Increased Quantity Separately Priced Line Item (MAR 1989) (within 90 days of contract award); FAR 52.2047 (ALT 1) (OCT 2003) Central Contractor Registration (By 20 Sep 2004); FAR 52.2196, Notice of Total Small Business SetAside (JUN 2003) (15 USC 644); 52.21928 Post Award Small Business Program Representation (APR 2009), DFARS 252.2047004 Required Central Contractor Registration (Alt 1) (NOV 2003); 52.2161 Type of Contract(Firm Fixed Price); FAR 52.24617 Warranty of Supplies of a Noncomplex Nature (APR 1984); FAR 52.23238 Submission of Electronic Funds Transfer Information with Offer; FAR 52.2531 Computer Generated Forms (JAN 1991); DFAR 2522127001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of Commercial items (APR 2007); FAR 252.2097001 Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998); FAR 252.2117003 Item Identification and Valuation (JAN 2004); FAR 252.2257001 Buy American Act and Balance of Payments Program (Mar 1998); FAR 252.2257002 Qualifying Country Sources As Subcontractors (Dec 1991); FAR 52.22221, Prohibition of Segregated Facilities (FEB 1999); FAR 52.22226, Equal Opportunity (APR 2002); FAR 52.22235, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006); FAR 52.22236, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.22237, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006); FAR 52.22219, Child LaborCooperation with Authorities and Remedies (FEB 2008); FAR 52.22 513,Restriction on Certain Foreign Purchases (JUN 2008); FAR 52.23233, Payment by Electronic Funds TransferCentral Contractor Registration (OCT 2003); Requirements Relating to Compensation of Former DoD Officials (JAN 2009); DFARS 252.2257012 Preference for Certain Domestic Commodities (DEC 2008); DFARS 252.2267001 Utilization of Indian Organizations, IndianOwned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004f); DFARS 252.2327003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008); DFARS 252.2437002 Requests for Equitable Adjustment (MAR 1998); DFARS 252.232.7010,Levies on Contract Payments (DEC 2006); (xiii) The full text of clauses and provisions can be accessed at the following web address: http://www.arnet.army.gov/FAR. (xiv) NA. (xv) NA. (xvi) All offers are due no later than 4:00 PM, Alaska Time, 14 April 2010 via fax (907) 3847112 or email tammie.adair@us.army.mil Offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition. (xvii) The Government assumes no responsibility for any conclusions or interpretations made by the Contractor based on the information made available by the Government. Nor does the Government assume responsibility for any understanding reached or representation made concerning conditions which can affect the work by any of its officers or agents before the execution of this contract, unless that understanding or representation is expressly stated in this contract. (xviii) Data and information furnished or referred to above is for the Contractors information. For further information contact Tammie Adair via facsimile (907) 3847112, or email: tammie.adair@us.army.mil. Do not email attachments without advance telephonic notification at (907) 3847104, the email and attachment will be discarded without being read.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/35732eacb4a8a242214214cf097a0940)
 
Place of Performance
Address: RCO Fort Richardson (PARC Pacific, 413th CSB) Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd Floor Fort Richardson AK
Zip Code: 99505-0525
 
Record
SN02118679-W 20100414/100412234235-35732eacb4a8a242214214cf097a0940 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.