Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2010 FBO #3092
SOLICITATION NOTICE

77 -- Deliver Lawn Sound System Mixing Console to Wolf Trap National Park for the Perfoming Arts

Notice Date
5/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NCR - National Capital Region Division of Acquisition Mgmt 1100 Ohio Dr SW Contracting Annex Washington DC 20242
 
ZIP Code
20242
 
Solicitation Number
Q3800100018
 
Response Due
5/14/2010
 
Archive Date
5/11/2011
 
Point of Contact
Christopher N. Bell Contract Specialist 2026196368 Chris_bell@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS prepared in accordance with the format in Federal Acquisition Regulation 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. Solicitation No. Q3800100018 is issued as a Request for Quote (RFQ) and will be awarded as a firm-fixed price contract for Commercial Items, using simplified acquisition procedures. The North American Industry Classification System (NAICS) is 334310; the small business size standard is less than 750 employees. This procurement is a commercial item. The estimated magnitude of this procurement is between $30,000.00 to $40,000.00 This procurement is 100-percent set-aside for small business concerns. A small business concern is defined as a concern (including all of its subsidiaries) having 750 employees or less. If your company's has 750 employees or less, your company is considered small business under this procurement. Small businesses are encouraged to offer a quote. The work of this project shall consist of providing all labor, supplies, materials and equipment for the furnishing and delivering of a Digico SD8-36 Live Control Surface with following features OR EQUIVALENT: 1.MADi & Single ST Optic Loop 2.60 Mono or ST input channels, 16 x 12 Matrix 3.24 Mono or Stereo Aux/Group4. LCR and LR Master5.2 Stereo Solo Busses 6.Processing on every Input & Outputs busses Delay7.4 Band PEQ 8.Dynamics (Compress/Limiter & Gate) 9.36 Input/Output faders, 10.1 Master/Solo fader -all with 100mm LED Meters 11.12 Control Groups VCA, 12.8 Stereo SFPG/Tigar Shark FX 13.Local I/O: -8 Mic/Line Inputs, 8 Line Outputs, 4 ST AESIEBU Inputs, 4 ST AESIEBU Outputs 14.Includes: 2 PSU, 2 MADI In & Out Ports, MIDI In,Out, Through, Dust Cover and two Little Lites 15.DiGiCo "Overdrive" Suite Upgrade 8 Dynamic EQ's16.8 Multiband Compression 17.FC-SD8-SILVER3 SD8 3 Piece Touring Flight Case with Pullout Keyboard No substitution of materials and/or design shall be made without the prior approval of the Contracting Officer. The government shall have up to fourteen (14) days to perform a final inspection upon delivery of the items to the site. The contractor agrees any item shall be returned at the contractor's expense if not meeting the specifications and the purchase agreement terminated. The contractor shall warrant all parts and labor for a period of two (2) years from the date of acceptance or provide another warranty term on quote. The contractor shall replace without cost to the government any part of the item that fails due to manufacturing or material defects during the warranty period. All costs of transportation of any item for said repairs will be at the contractor's expense. Contractor shall deliver the mixing board to Wolf Trap National Park for the Performing Arts, Vienna, Virginia. Delivery Required: Please state delivery time after award on quote. Inspection and acceptance will be at destination. Delivery shall be no later than May 25th, 2010. The following FAR provisions and clauses are applicable to this acquisition: FAR 52.211-06 Brand Name or Equal, FAR 52.212-01 Instructions to Offerors-- Commercial Items, FAR 52.212-02 Evaluation of Commercial Items, FAR 52.212-03 Offeror Representations And Certifications - Commercial Items, FAR 52.212-04 Contract Terms and Conditions-Commercial Items, FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.219-6 Notice of Total 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 52.222-35 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 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans,FAR 225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act Alt II, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. For full text of FAR Clauses, the web site address is www.arnet.gov. EVALUATION OF COMMERCIAL ITEMS: The Government will award to the responsible offeror based on the following: 1. Price, 2. Specification of model being offered, and 3. Past performance. The Government reserves the right to award to the offeror providing the best value to the Government. Award may not necessarily be made to the offeror submitting the lowest price. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. All offers must include with their quotation copy of the manufacturer's specification sheet and any other literature directly related to the product being offered. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Vendors wishing to respond to this RFQ should provide this office with the following: A price quote on company letterhead for the requested items, delivery time after receipt of order, payment terms, correct remittance address. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Quotes are due 4:00 pm EST May 14th, 2010 and can be sent to NATIONAL PARK SERVICE, ATTN: CHRISTOPHER BELL, ACQUISITION MANAGEMENT DIVISION, 1100 OHIO DRIVE, SW, WASHINGTON, D.C. 20242. Quotes may be faxed to (202) 485-9720. CALL FOR CONFIRMATION OF RECEIPT OF FAX ON (202) 619-6368.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q3800100018/listing.html)
 
Place of Performance
Address: Wolf Trap National Park for the Perfoming Arts1551Trap Road Vienna, Virginia
Zip Code: 22182
 
Record
SN02145752-W 20100513/100511234538-3d311a9e87fa4635972e9e75a4a90598 (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.