Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2011 FBO #3382
SOLICITATION NOTICE

77 -- Band Instruments

Notice Date
2/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
2103 S. 8th Avenue, Fort McCoy, WI 54656
 
ZIP Code
54656
 
Solicitation Number
W911SA11T0106
 
Response Due
3/28/2011
 
Archive Date
9/24/2011
 
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
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W911SA11T0106 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-49. The associated North American Industrial Classification System (NAICS) code for this procurement is 339992 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-03-28 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The USA ACC MICC Fort McCoy requires the following items, Brand Name or Equal, to the following: LI 001, Musser 5.0 Coliseum Grand Kelon Marimba M501 or equivalent with cart GENERAL FEATURES Includes 10" pneumatic wheels. The cart must have an all terrain frame, be height adjustable and made from durable square steel.The rack must easily accommodate bells, accessories, a trap table and cymbal cradle. -Additional specifications included in attachment, 1, EA; LI 002, Tuba Miraphone 383BL Starlight 5 valve EEb tuba or equivalent with ATA type travel hard shell case GENERAL FEATURES EEb Tuba with adjustable thumb ring, conical tuning slide and interchangeable goldbrass leadpipe, 1, EA; LI 003, Trumpet Yamaha Wayne Bergeron model YTR-8335LA/S or equivalent with ATA travel case GENERAL FEATURES Key: BbSize:.459 boreBell: 5" hand-hammered one-piece yellow brass, 1, EA; LI 004, Bass Clarinet Buffet Crampon Greenline 1193 Prestige Low C Bass Clarinet or equivalent with manufacturers case GENERAL FEATURES Key: BbLevel: ArtisanRange: to low CNeck: Two Part, 1, EA; LI 005, Sousaphone C. G. Conn Model 20KW or equivalent with manufacturers hard shell case and wheels GENERAL FEATURES Key: BBbSize:.734 bore (18.64mm)Bell: 26 (660mm), 2, EA; LI 006, MIYAZAWA 402HW FLUTE or equal Handmade flutesterling silver headjoint, body and footjoint, silver plated nickel silver key mechanism. Open holes, French style pointed tonearms, drawn toneholes, heavy-wall tubing, D# roller, Brgger System 598 headjoint., 2, EA; LI 007, MIYAZAWA 402 FLUTE or equal Handmade flutesterling silver headjoint, body and footjoint, silver plated nickel silver key mechanism. Open holes, French style pointed tonearms, drawn toneholes, D# roller, Brgger System 598 headjoint., 1, EA; LI 008, ALTUS 1107 FLUTE or equal Altus/Bennett scale, stainless steel springs,.925 Sterling hand-carved lip plate and hand-soldered French-pointed keys. Including additional options of offset G key, 14K gold riser, and standard trill keys., 1, EA; LI 009, Yamaha Vibraphone 4110 or equal 4 octave gold Orchestral Vibe Hinged rails, two part resonators and damper bar for compact transport. Features dual angle supports and memory fan position. Cover included. Pedal: Swivel; oversizedMotor: YVM-300 with silent pause controlWeight: 207lbsRange: 4 octaves;Bars: Aluminum alloy; gold, glossy finish, 1, EA; LI 010, C Trumpet: Bach Stradivarius Model: Key: C Philadelphia Model or equal Key: C Bore:.462" bore Leadpipe: #25 based on 1947 design Leadpipe Material: Yellow brass Bell: #229 hand-hammered with French bead flat rim Bell Material: Yellow brass Valves: Monel piston 1st Valve Slide Adjustment: Fixed ring 3rd Valve Slide Adjustment: Fixed ring with screw stop Features: widefoot bell to leadpipe braces, narrower braces at bell to valve casing and valve casing to leadpipe, thumb ring on first valve, narrow tuning slide Case: Deluxe wood shell Mouthpiece: Bach 7C Finish: Silver-plate, 2, EA; LI 011, Yamaha YM6100C 5 Octave Keiko ABE Grand Marimba with Cover or equal5-octave; height-adjustable rosewood Graduated Rosewood Bars, Pneumatic Height-Adjustable Frame, Forward Facing Tunable Resonators Range: 5 Octaves, C-c4 Bars: Hand-selected rosewood Bar Sizes: Graduating from 1 5/8" ~ 3 1/8" x 3/4" ~ 1" Adjustable Resonator Caps from C to f1 Dimensions: 108 1/4" x 45 1/2" Pitch: A=442Hz Strengthened Cord. with drop cover, 1, EA; LI 012, Mesa Boogie Road King 120W 2x12 Tube Guitar Combo Amp or equal Multi-WattChannel Assignable Power Amp featuring 4x6L6 & 2xEL34, to allow either 2x6L6, 2xEL34, 2x6L6+2xEL34, 4x6L6 or 4x6L6+2xEL34 for Power Ratings of 50, 100 & 120 Watts / 6x12AX7, 2x5U4Fixed Bias 4 Fully Independent Channels with 12 Modes (Channel 1 =Clean, Fat, Channel 2 =Clean, Fat or Brit, Channels 3 & 4=Raw, Vintage High Gain or Modern High Gain) Each Channel features Independent Gain, Treble, Mid, Bass, Presence, Master, All-Tube Long Spring Reverb, 5 Position Progressive Linkage Power Tube Select (choices listed above), Channel Assignable Dual Rectification with Recto Tracking (Diode or Tube Tracking Patents 5,168,438 & 7,193,458), Speaker Output Select (Speaker Out A, B or A+B), FX Loop 1 and 2 Select (2-Series Loop On/Off Switches per Channel or Footswitch Assignable)Output Level Control (over all channels when activated)Footswitchable Solo Level Control (over all channels when activated)Bold/Spongy True Hard Bypass Switch that removes FX Loop, Output Level & Solo Level Controls from signal path Turner Output with Footswitchable Mute Slave Out w/Level ControlFan CooledExternal Switching Jacks for Channels 1, 2, 3, 4, Solo, Reverb, Loop 1, Loop 2 & Tuner Mute 9 Button Footswitch (Channel 1, Channel 2, Channel 3, Channel 4, Tuner Mute, Reverb, Loop 1, Loop 2 & Solo) Slip Cover, 1, EA; LI 013, Roland KC-550 180W Keyboard AMP or equal 180W 15" speaker and horn tweeter 4 channel operation 3-band EQ Shape switch for quick tonal adjustments XLR mic input XLR line out for connecting to mixing consoles 1/4" phone jack for connecting to recording devices RCA aux stereo input Subwoofer output compatible with Roland's KCW-1 Stereo link in/out for chaining 2 KC-550s, 1, EA; LI 014, Roland KC-880 Keyboard Amplifier or equal Stereo keyboard amplifier with five channels of stereo input 320W stereo power amplifier 12-inch woofers and two horn tweeters DSP effects (Reverb, Chorus, Tremolo, Rotary) Flexible I/O (XLR mic input, stereo XLR line outputs, headphone out), Stereo Link for chaining multiple KC-880s Accessories: Owner's manual Caster x 4, 2, EA; LI 015, Degan 9190 Chimes or equal Seamless brass, nickel/chrome plated tubesRange 1 1/2 octaves; C1-f21 1/2" diameter tubesLaminated maple damper boxOne-touch, pedal locking mechanismTubes are nickel plated and chrome platedSustain pedal can swivelLocking casters on player sideSteel frame uprights and lower crossbarPitch: A=442Hz; Damper box: laminated maple; Casters: 3 inch (two locking), 1, EA; LI 016, Roland TD-9SX V-Tour Electronic Drum Set or equal A touring kit including the TD-9 sound module and upgraded components. Advanced TD-9 module with expressive new sounds, real-audio songs and patterns Comfortable mesh-head tom and snare pads with rim triggering Three-way triggering for ride cymbal Scope function with graphical LCD display USB host for audio-file (.wav) playback Special cable for easy pad connections Sturdy drum rack (MDS-9) with newly designed ball-clamps for the snare and cymbal arms and a new hi-hat mount for maximum flexibility The TD-9SX components include: 1 TD-9 Percussion Sound Module with multi-pin cable harness and module mount 1 PD-105BK Mesh Pad 3 PD-85BK Mesh Pads 1 KD-8 Kick Pad 1 CY-5 Dual-Trigger Cymbal Pad 1 CY-8 Dual-Trigger Cymbal Pad 1 CY-12R/C V-Cymbal Ride/Crash Pad 1 FD-8 Hi-Hat Control Pedal Drum set rack Clamps and arms for both the pads and cymbals Bass pedal not included, 3, EA; LI 017, Yamaha Concert Snare Drum GSM1465 or equal 6.5" x 14" 10-ply maple shell (10 mm thick) Deep snare bed Tube lugs Die-cast hoops 10 lugs SS745A Concert Stand: Locking snare basket holds drum securely Medium weight Single braced Concert height with 23"35" height adjustment range, 1, EA; LI 018, Yamaha YXRD-335C Acoustalon Xylophone with Multi- Frame II design or equal Range - 3 1/2 Octave w/ F45-C88 RangeAcoustalon Bars - fiberglass reinforced.Height AdjustableFrame - A lower crossbar support.Casters - Oversized, 4" Two casters locking.Cover IncludedAccessory bar, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC MICC Fort McCoy 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. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC MICC Fort McCoy is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors 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. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors 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 offerors require additional clarification, notify the point of contact or 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52.232-33. The full text of a FAR/DFAR provision or clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, and 252.247-7023 ALT III Transportation of Supplies by Sea. DFARS 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.225-7000 Balance of Payments Act Certificate; 252.225-7002, Qualifying Sources; 252.232-7010, Levies on Contract Payment; and 252.243-7001, Pricing of Contract Modifications. 252.204-7003 Control of Government Personnel Work Product, 252.204-7008 Export-Controlled Items, 252.227-7000 Non-Estoppel. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 90 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL FAR 52.211-6, Brand Name or Equal; Sellers offering equivalent products shall submit supporting documentation for each equivalent product offered. Sellers should submit this documentation immediately following the submission of a bid. However, all Sellers shall submit their documentation not later than one (1) hour following the closing date and time of the Buy. Sellers can either attach this documentation to their bid using the Seller Attachments feature or send it to FedBid via email (Clientservices@fedbid.com) for transmission to the Buyer. FAILURE to provide the requested information within the specified time period may determine the Seller to be NON-RESPONSIVE.The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Small Business Set Aside NAICS Code and Size Standard: 339992, 500 Employees. Only qualified sellers registered in CCR and ORCA under this NAICS Code will be considered for this RFQ. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material CommandOffice of Command Counsel9301 Chapek Rd, Room 2-1SE3401Ft. Belvoir, VA 22060-5527Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to:HQ Army Material CommandOffice of Command CounselRoom 2-1SE34011412 Jackson LoopFt. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. PRICING VERIFICATION:ALONG WITH QUOTE, SHOW CATALOG PRICING FAILURE TO PROVIDE CATALOG PRCING AT THE TIME OF QUOTE COULD DETERMINE QUOTE AS NON-RESPONSIVE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5e658907d0665787a806ffd745e1a5c0)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02387635-W 20110227/110225234129-5e658907d0665787a806ffd745e1a5c0 (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.