Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2011 FBO #3541
SOLICITATION NOTICE

77 -- Allen Organ for the 11th HC

Notice Date
8/3/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339992 — Musical Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
FA2860-11-T-0032
 
Archive Date
8/27/2011
 
Point of Contact
Vincent L. Johnson, Phone: 2406125665
 
E-Mail Address
vincent.johnson@afncr.af.mil
(vincent.johnson@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Allen Organ for the 11th HC 3 August 2011 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. Solicitation number FA2860-11-T-0032 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. All responsible sources may submit an offer to be considered by the agency. Funds are presently not available for this contract. No legal liability on the part of the Government may arise until funds are made available. All submitted quotes must be valid through 12:00 AM, 1 October 2011. 2. This requirement is a 100% small-business set-aside. This is a brand name only requirement; any manufacturer other than the stated one will not be accepted. The North American Industry Classification System (NAICS) code is 339992 Musical instruments (except toy) manufacturing, and the business size standard is 500 employees. 3. The Government will award a firm fixed price contract for Allen Organ for the 11th HC at Joint Base Andrews. The following items are being procured: CLIN Description Quantity Unit Price Total Price 0001-AA Brand new manufactured organ for newly renovated Historic Chapel with Console-AGO, Three Manual organ with 38 stops, Console Dimensons (Width X Height X Depth/PB & Bench: 58-5/16 X 47-5/8 X 58", Console Special Finish needed, Audio: 120 watts RMS (self-contained speakers), ivisional pistons: 6 + 6 + 6, Toe Studs: Included, Capture Memories: 8, Stop List Library with 7 complete organ specifications, 2 expressions pedals, crescendo pedal, lighted music rack, lift-lid bench with storage area adjustable with crank, stop list with independent voicing and audio settings, Moving drawknobs as found on the best pipe organs in the world, 2 new full-size speakers cabinets, wood finish and mounted on rear wall at present speaker location at Chapel 2, Relays to turn off and on both internal and external speakers, Transportation from Manufactuer location to Joint Base Andrews, Installation of the new organ at Chapel 2, Demo informal concert with Joint Base Andrews Organists, 10 year manufacturer warranty with additional service warranty, Vista Navigator 1 4. Delivery Information FOB: Destination Delivery date: 60 days after date of contract. Delivery address: 11th HC 1345 W Perimeter Rd Joint Base Andrews NAF, MD 20762 Contractor must provide an affirmative statement of their ability to meet the delivery requirement of 60 days after date of contract 5. Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable: 52.212-1 - Instructions to Offerors - Commercial; 52.212-2 - Evaluation -- Commercial Items. EVALUATION PROCEDURES: The government will award a contract resulting from this solicitation on the basis of a ‘Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer that is technically acceptable. The government may communicate with an offeror in order to clarify or verify information submitted in their offer.; 52.212-3 - Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from http://orca.bpn.gov if registered in ORCA (On-line Representations and Certifications Application). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). The following clauses are applicable: 52.212-4 - Contract Terms and Conditions - Commercial Items (June 2010); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2011) (DEVIATION); 52.219-6 - Notice to Total Small Business Set Aside (Jun 2003); 52.222-3 - Convict Labor (Jun 2003); 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21 - Prohibition of Segregated Facilities (Feb 1999); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997); 52.232-18 - Availability of Funds (Apr 1984); NECESSARY IF UNFUNDED 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.252-2 - Clauses Incorporated by Reference (Feb 1998) 52.252-6 - Authorized Deviations in Clauses (Apr 1984) 252.204-7004 - Alternate A, Central Contractor Registration (Sep 2007); 252.212-7001 - Contract Terms and Conditions Required to Implement Status (DEVIATION)(Jun2011) 252.232-7010 - Levies on Contract Payments (Dec 2006); 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011) (DEVIATION) applies to this acquisition and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Jan 2009); 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 5352.242-9000 - Contractor Access to Air Force Installations (Aug 2007). The following local clauses apply to this acquisition: 11CONS-004 - Environmental Compliance; 11CONS-007 - Personnel Security Requirements; 11CONS-010 - WAWF Instructions; 11CONS-011 - OMBUDSMAN (Aug 2005). 6. The contracting office address is as follows: 11th Contracting Squadron 1500 Perimeter Road, Suite 2780 Joint Base Andrews NAF, MD 20762 7. All quotes must be sent via e-mail to Vincent Johnson at vincent.johnson@afncr.af.mil or via facsimile (fax) at 240-612-2176. Questions shall be submitted no later than 12:00 PM EST, 8 August, 2011. Quotes shall be submitted no later than 12:00 PM EST, 12 August, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-11-T-0032/listing.html)
 
Place of Performance
Address: 1345 W Perimeter Rd, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02520758-W 20110805/110803235946-2aa474f5d298ff51c925df24a3d58b64 (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.