Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
SOLICITATION NOTICE

77 -- Dynasty Brand Bugles

Notice Date
8/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339992 — Musical Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-10-T-0065
 
Archive Date
9/1/2010
 
Point of Contact
Rebecca J. Graham, Phone: 719-333-3200, Diana South, Phone: 719-333-8650
 
E-Mail Address
Rebecca.Graham@usafa.af.mil, Diana.Myles-South@usafa.af.mil
(Rebecca.Graham@usafa.af.mil, Diana.Myles-South@usafa.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in FAR 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 (formal) solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-10-T-0065 in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-43, dated 2 August 10. The North American Industrial Classification System (NAICS) number is 339992 and the business size standard is 500 employees. The proposed acquisition business size is 100% small business set aside. All responsible small businesses may submit a response, which if received timely, will be considered by 10 CONS/ LGCB, USAF Academy (USAFA). Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this combined synopsis/solicitation could result in the quote being ineligible for award. It is the offeror's responsibility to ensure their quote meets all the requirements identified herein. This acquisition is for brand name only. BRAND NAME ONLY: The United States Air Force has a long history of playing Dynasty Bugles in their Drum and Bugle Corps (D&BC). Following suit, USAFA's D&BC plays only Dynasty brand to allow for trading bugles between the Air Force Corps, allowing for influx of players without the requirement of purchasing new bugles. In addition to trading bugles, Air Force D&BCs are able to trade identical bugles, parts, and accessories between the bases. Trading bugles is in the best interest of the government by reusing bugles and parts, meanwhile saving the Air Force bases money. The USAFA D&BC has repair tools and replacement parts only for Dynasty Bugles. Additionally, the corps has a stock pile of interchangeable parts that are specific to this brand only. Repairs to another brand require longer turnaround time because they would not be performed "in-house." As such, repairs are much less expensive to USAFA with this brand. The USAFA team is trained on Dynasty Bugles. There are other manufactures of similar bugles, but they are made with different bore sizes than the Dynasty Bugles. Since every instrument brand performs, sounds, and looks slightly different, it is crucial to purchase the same brand. To maintain exact consistency of appearance, sound, and performance with the 120 member team, the USAFA will purchase Brand Name Only instruments. REQUIREMENT: Line item 0001: Dynasty M354S Soprano Bugle Outfit Quantity: 24 each UNIT PRICE $ EXTENDED PRICE $ • 3 valve • Key of G • Silver plated • Hard wood double case • 5" bell •.460" bore • 19" in length • Weight: 2 lb 15oz • 3C mouthpiece • Comes with "All note tuning" and extra strong bracing Line item 0002: Dynasty M363S Mellophone Bugle Outfit Quantity: 12 each UNIT PRICE $ EXTENDED PRICE $ • 3 valve • Key of G • Silver plated • Hard wood case • 9-3/4" bell •.460" bore • 16" in length • Weight: 3 lb 13oz • 6V mouthpiece Line item 0003: Dynasty M371S Baritone Bugle Outfit Quantity: 14 each UNIT PRICE $ EXTENDED PRICE $ • 3 valve • Key of G • Silver plated • Hard wood case • 10" bell •.560" bore • 20" in length • Weight: 6 lb 10oz • 6AL mouthpiece Line item 0004: Dynasty M376S Euphonium Bugle Outfit Quantity: 10 each UNIT PRICE $ EXTENDED PRICE $ • 3 valve • Key of G • Silver plated • Hard wood case • 11" bell •.570" bore • 27" in length • Weight: 7 lb 14oz • 6AL w/bass shank mouthpiece Line item 0005: Dynasty M378S Contrabass Bugle Outfit Quantity: 12 each UNIT PRICE $ EXTENDED PRICE $ • 3 valve • Key of G • 4/4 Size • Silver plated • Hard wood case • 17" bell •.670" bore • 35" in length • Weight: 16 lb 4oz • 25 mouthpiece EXTENDED PRICE ALL LINE ITEMS $ Delivery Requirement: FOB for this RFQ is Destination. Quotations received with FOB other than Destination will not be considered. The delivery date required is 1 DECEMBER 2010. These products must comply with the Buy American Act at DFARS 252.225-7001. The following Federal Acquisition (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, addenda applies: The contractor shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, telephone number of the offeror, unit price, extended price, any discount terms, delivery terms, cage code, DUNS number, tax identification number, size of business, warranty information and acknowledgement of solicitation amendments if required. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. a. Prices quoted must be Firm-Fixed Price, to include shipping and handling charges based on F.O.B Destination. Quotes received with FOB: Other than Destination will not be considered. b. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Alt I), must be completed. Offerors are HIGHLY ENCOURAGED to complete all representations and certifications electronically on line at: ( http://orca.bpn.gov/publicsearch.aspx ). If not completed on-line, 52.212-3, Alt I shall be completed in hard copy and submitted with quote. c. FAR 52.222-22 --Previous Contracts and Compliance Reports (Feb 1999) The certificate can also be obtained at http://farsite.hill.af.mil/) d. DFARS 252.212-7000 --Offeror Representations and Certifications--Commercial Items (Jun 2005). The certificate can also be obtained at http://farsite.hill.af.mil/ ). e. DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate (attachment), must be completed (if applicable) and returned with quote. The certificate can also be obtained at http://farsite.hill.af.mil/ ). In accordance with FAR 52.212-4(t), Central Contractor Registration (CCR) contractors must be registered with CCR to conduct business with the Department of Defense. No contractor can be awarded to any company without this registration. ( www.ccr.gov ). The provision at FAR 52.212-2, Evaluation--Commercial Items applies to this acquisition: 52.212-2 Evaluation--Commercial Items (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: This is a Brand Name acquisition, only offerors providing Dynasty Bugles will be considered, and will be evaluated by the lowest price. Paragraphs b and c are not applicable as shown below: (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following clauses apply to this acquisition: The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JUN 2010) applies to this acquisition and the following addenda, applies: FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998): This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/. CLAUSES INCORPORATED BY FULL TEXT: 5352.201-9101 Ombudsman (June 2010): (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the time lines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Kim Diercks 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-9018 FAX 719-333-9018 email: Kim.Diercks@usafa.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer (End of clause) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) (JUL 2010) applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: 52.203-6, Restrictions on Subcontractor Sales to the Government ALT I, (SEP 2006) 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) 52.219-8, Utilization of Small Business Concern (May 2004) (Deviation) 52.219-28, Post-Award Small Business Program Representation (APR 2009) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor -- Cooperation with Authorities and Remedies (AUG 2009) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.222-26, Equal Opportunity (MAR 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of The Vietnam Era, and Other Eligible Veterans (SEP 2006) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of The Vietnam Era, and Other Eligible Veterans (SEP 2006) 52.222-50, Combat Trafficking in Persons (FEB 2009) 52.222-99, Notification of Employee Rights Under The National Labor Relations Act (JUN 2010) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) 52.233-3, Protest After Award (AUG 1996) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) CLAUSES INCORPORATED BY FULL TEXT: 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR 2010) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (APR 2010) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) CLAUSES INCORPORATED BY REFERENCE 52.203-3, Gratuities (APR 1984) 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) 252.225-7002, Qualifying Country Sources as Subcontractors (APR 2003) 252.225-7008, Restriction on Acquisition of Specialty Metals (JULY 2009) 252.225-7013, Duty-Free Entry (DEC 2009) 252.232-7003, Electronic Submission of Payments Request (MAR 2008) 252.243-7002, Requests for Equitable Adjustment (MAR 1998) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) (End of clause) 5352.242-9000 Contractor Access to Air Force Installations (AUG 2007): (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and (refer to USAFA A-01 Contractor Access to USAFA Instruction) to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management,] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) Quotes must be received no later than 1:00 pm Mountain Time, 17 August 2010 at the 10 CONS/LGCB, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Please submit quotes via e-mail to Rebecca Graham at Rebecca.Graham@usafa.af.mil. Questions and responses should be addressed to the Primary POC Rebecca Graham, Contract Specialist, USAF Academy (719) 333-3200, Rebeca.Graham@usafa.af.mil. Alternate POC is Diana Myles-South, Contracting Officer, (719) 333-8650 or email to Diana.Myles-South@usafa.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-10-T-0065/listing.html)
 
Place of Performance
Address: United States Air Force Academy, USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02231868-W 20100808/100806235313-09960086ef8357927ff88c3313041671 (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.