Musical Instruments
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information i... This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 solicitation will not be issued. Solicitation number M00318-19-Q-0007 is issued as a Request for Quotation (RFQ). This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 and Department of Defense FAR Supplement (DFARS) current to DPN 20180928. This is a small business set-aside. The applicable North American Industry Classification System (NAICS) code is 339992, Musical Instruments Manufacturing, and the small business size standard is 1,000 employees. Quotes are being requested for the following, all items are Brand Name or Equal (see attachment): Shipping will be sent FOB destination and will arrive no later then 90 days after date of contract CLIN 0001: 14" Snare Drum Top Head Description: See the attached document for details Quantity: 12 Unit of issue: Each CLIN 0002: 14"x12" Marching Snare Drum Description: See the attached document for details Quantity: 8 Unit of issue: Each CLIN 0003: 24"x14" Marching Bass Drum Description: see the attached document for details Quantity: 1 Unit of Issue: Each CLIN 0004: 26"x14" Marching Bass Drum Description: see attached document for details Quantity: 1 Unit of Issue: Each CLIN 0005:12"x14" Snare Drum Case Description: See the attached document for details Quantity: 8 Unit of Issue: Each CLIN 0006: 24"x14" Snare Drum Case Description: See the attached document for details Quantity: 1 Unit of Issue: Each CLIN 0007: 26"x14" Bass Drum Case Description: See the attached document for details Quantity: 1 Unit of Issue: Each CLIN 0008: 18" Crash Cymbals Description: See the attached document for details Quantity: 2 Unit of Issue: Each CLIN 0009: Marching Drumsticks Description: See the attached document for details Quantity: 21 Unit of Issue: Each CLIN 0010: Tear Drop Tip Drumsticks Description: See the attached document for details Quantity: 20 Unit of Issue: Each CLIN 0011: Wire Brushes Description: See the attached document for details Quantity: 3 Unit of Issue: Each CLIN 0012: 16" Drum Head Description: See the attached document for details Quantity: 4 Unit of Issue: Each CLIN 0013: 14" Drum Head Description: See the attached document for details Quantity: 7 Unit of Issue: Each CLIN 0014: 14" Drum Head Description: See the attached document for details Quantity: 15 Unit of Issue: Each CLIN 0015: 14" Snare Side Drum Head Description: See the attached document for details Quantity: 12 Unit of Issue: Each CLIN 0016: 22" Bass Drum Head Description: See the attached document for details Quantity: 15 Unit of Issue: Each CLIN 0017: Drumsticks Description: See the attached document for details Quantity: 10 Unit of Issue: Each CLIN 0018: Concert Snare Drumsticks Description: See the attached document for details Quantity: 15 Unit of Issue: Each CLIN 0019: Orchestral Bell Mallets Description: See the attached document for details Quantity: 2 Unit of Issue: Each CLIN 0020: 14" Drum Head Description: See the attached document for details Quantity: 10 Unit of Issue: Each CLIN 0021: Bass Drum Carrier (Harness) Description: See the attached document for details Quantity: 2 Unit of Issue: Each CLIN 0022: Snare Drum Carrier (Harness) Description: See the attached document for details Quantity: 8 Unit of Issue: Each Evaluation and Award: Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The non-cost facots that will be evaluated will be technical and past performance. Technical acceptability will be determined by comparing the proposed items' characteristics to the salient characteristics listed in the solicitation. Past performance will be determined acceptable if the vendor has a satisfactory record in the Supplier Performance Risk System (SPRS) for the FSC and PSC of the supplies being purchassed (see DFARS 213.106-2(b)(i)) Delivery of the items will be 45 days after award. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.204-7 -- System for Award Management 52.204-13 -- System for Award Management Maintenance 52.204-16 -- Commercial and Government Entity Code Reporting 52.204-18 -- Commercial and Government Entity Code Maintenance 52.211-6 -- Brand Name or Equal 52.212-1 -- Instructions to Offerors - Commercial Items 52.212-3 -- Offeror Representations and Certifications - Commercial Items 52.212-4 -- Contract Terms and Conditions-Commercial Items 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.232-39 -- Unenforceability of Unauthorized Obligations (Jun 2013) The Following Clauses incorporated in 52.212-5 are also applicable: 52.204-10 -- Reporting Executive compensation and First-Tier Subcontract Awards 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-6 -- Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 -- Prohibition on Contracting with Inverted Domestic Corporations 52.209-11 -- Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.222-3 -- Convict Labor 52.222-19 -- Child Labor - Cooperation with Authorities and Remedies 52.222-21 -- Prohibition of Segregated Facilities 52.222-26 -- Equal Opportunity 52.222-35 -- Equal Opportunity for Veterans 52.222-36 -- Affirmative Action for Workers with Disabilities 52.222-37 -- Employment Reports on Veterans 52.222-40 -- Notification of Employee Rights Under the National Labor Relations Act 52.222-50 -- Combating Trafficking in Persons 52.222-52 - Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Certification 52.222-53 - Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirement 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 -- Restrictions on Certain Foreign Purchases 52.232-33 -- Payment by Electronic Funds Transfer - System for Award Management 52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors 52.233-3 -- Protest After Award 52.233-4 -- Applicable Law for Breach of Contract Claim The following Defense Federal Acquisition Regulation (DFARS) provisions and clauses apply to this solicitation: 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials 252.204-7011-- Alternative Line Item Structure 252.204-7012 -- Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 -- Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003 -- Item Unique Identification and Valuation 252.213-7000 -- Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System -- Statistical Reporting in Past Performance Evaluations 252.225-7000 -- Buy American--Balance of Payments Program Certificate 252.225-7001 -- Buy American and Balance of Payments Program 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 -- Wide Area Workflow Payment Instructions 252.232-7010 -- Levies on Contract Payments 252.244-7000 -- Subcontracts for Commercial Items 252.247-7023 -- Transportation of Supplies by Sea The full text of the provisions and clauses incorporated here by reference can be found online at FAR Clauses: https://www.acquisition.gov/browse/index/far, DFARS Clauses: https://www.acq.osd.mil/dpap/dars/dfarspgi/current or by contacting the individual listed on this RFQ. Questions regarding this RFQ must be submitted via email to Sergeant Dakota D. Weaver at dakota.weaver@usmc.mil. To be considered for award, contractors must submit quotations to ensure they reach destination by no later than 12:00 p.m. (Hawaii) on May 24, 2019. Quotations received after the due date and time will not be considered for award.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »