Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
MODIFICATION

77 -- Amendment 2-Questions and Answers

Notice Date
7/24/2014
 
Notice Type
Modification/Amendment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W911S0-14-T-TBSE
 
Response Due
7/28/2014
 
Archive Date
9/22/2014
 
Point of Contact
Robin, 757 501-8128
 
E-Mail Address
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(robin.l.kemp-tate.civ@mail.mil)
 
Small Business Set-Aside
HUBZone
 
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. The Mission and Installation Contracting Command (MICC) - Fort Eustis intends to procure musical instruments for the Army Training and Doctrine Command (TRADOC) Band. The solicitation number is W911S0-14-T-TBSE and is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-74. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a size standard of 750 employees. This requirement is set-aside 100% for HubZone small businesses and only qualified offerors may submit bids. This requirement is a Firm Fixed Price procurement and will be procured using commercial items procedures with one contract awarded from this solicitation. The contract will be awarded based on the lowest price and technical acceptability of the Offerors. Evaluation/Award: IAW FAR 52.212-2, Evaluation -Commercial Items, the Government will award contract resulting from this RFQ after a technical evaluation of the quotes have been completed to determine technical acceptability. Response Time: Responses are due NLT 28 Jul 2014, by 11:00 a.m. EST. The deadline for questions is 24 Jul 2014, 11:00 a.m. EST. Questions not received by this time will not be considered. Telephone calls regarding this RFP will not be accepted. The offeror's quote shall contain the following information: offeror's quote number, date, name, address, terms of any warranties, price, any discount terms, best delivery date for FOB destination, and acknowledgement of all RFQ amendments (if applicable). Quote shall also contain all other documentation specified herein. Late offers: Quotes or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. Note: All offerors shall be registered in the System for Award Management (SAM) before being considered for award. Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/index.html. All responses and inquiries to this RFP must be emailed to: Ms. Robin Kemp-Tate, Contract Specialist, robin.l.kemp-tate.civ@mail.mil and cc: Mr. Michael Adams, Contracting Officer, michael.o.adams.civ@mail.mil. Item Number 0001: QTY: 2 each: D&B Audiotechnik D6 Amplifier Model Z270 Item Number 0002: QTY: 2 each: D&B Audiotechnik E12 Loudspeaker NL4 Item Number 0003: QTY: 2 each: D&B Audiotechnik M6 Monitor NL4 Z0820 Item Number 0004: QTY: 1 each: Yamaha Digital Mixing Console, LS9-32 Item Number 0005: QTY: 1 each: Yamaha Digital Stage Box Kit SEE quote mark ATTACHMENT 1: SALIENT CHARACTERISTICS quote mark FOR DETAILED ITEM DESCRIPTIONS and ATTACHMENT 2, EXCEL SPREADSHEET TO BE USED FOR YOUR PROPOSAL. This requirement is for the purchase of NEW Equipment only; NO remanufactured or quote mark gray market quote mark items will be accepted. All equipment will be tested thoroughly for proper functionality before acceptance. All items must be covered by the manufacturer's warranty. ******Bid MUST be good for 30 calendar days after close of Buy. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2, Evaluation-Commercial Items, FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, and the following clauses: FAR 52.204-7, Central Contractor Registration, FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010), FAR 52.209-6, Protecting the Government's Interest when subcontracting with Contractors Debarred, Suspended, or proposed for Debarment, FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations, FAR 52.219-3, Notice of HubZone Small Business Set-Aside, FAR 52.219-28, Post Award Small Business Program Representation, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-22, Previous Contracts and Compliance Reports, 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-50, Combating Trafficking in Persons Alt I, FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving, FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, FAR 52.232-99 (DEV), Providing Accelerated Payment to Small Business Subcontractors (Deviation 2012-00014) (Aug 2012), FAR 52.233-3, Protest After Award, FAR 52.233-4, Applicable Law for Breach of Contract Claim, FAR 52.237-11, Accepting and Dispensing of $1 Coin, FAR 52,252-1, Solicitation Provisions Incorporated by Reference, FAR 52.252-2, Clauses Incorporated by Reference, and DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials, DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower, DFARS 252-203-7005, Representation Relating to Compensation of Former DOD Officials, DFARS 252.204-7003, Control of Government Personnel Work Product, DFARS 252.204-7004, Alternate A, Central Contractor Registration, DFARS 252.204-7011, Alternative Line Item Structure, DFARS 252.204-7012, Safeguarding of Unclassified Controlled Tech Info, DFARS 252.204-7015, Disclosure of Info to Litigation Spt Contractors, DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax liability or a Felony Conviction under any Federal Law, DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.232-7010, DFARS 252.232-7006, Levies on Contract Payments and DFARS 252.246-7003, Subcontracts for Commercial Items, and DFARS 252.247-7023, Transportation of Supplies by Sea w/Alt III. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/VFFAR1.htm Please be advised that all submissions become MICC -Fort Eustis property and will not be returned nor will MICC- Fort Eustis confirm receipt of the RFP response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dc1c694de215535235e58909e039e8fb)
 
Place of Performance
Address: TRADOC Band 700 Lee Boulevard (Quinto Hall) Fort Eustis VA
Zip Code: 23604-5538
 
Record
SN03436875-W 20140726/140724235444-dc1c694de215535235e58909e039e8fb (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.