Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912J2-20-Q-0002
This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This annou...
This is a combined synopsis/solicitation for commercial supplies 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 solicitation number assigned to this action is W912J2-19-Q-0002. The solicitation is issued as a Request for Quote (RFQ) from the United States Property and Fiscal Office for Wisconsin, Purchasing and Contracting Division, Camp Douglas, WI 54618. This requirement is 100% set aside to small business. The North American Industry Classification System (NAICS) Code is 339992. Musical Instrument Manufacturing. The Wisconsin Army National Guard (WIARNG) has a requirement is for a Yamaha CL5 Digital Mixing Console. This acquisition is utilizing procedures in FAR part 13, Simplified Acquisition Procedures. The Government intends to award a Firm-Fixed Price Contract to the firm that provides the Lowest Price, Technically Acceptable quote without discussions. Therefore, offerors should submit their best offer up front. Do not assume you will be able to revise your offer. The WIARNG requires the following Items: CLIN 0001 Yamaha CL5 Digital Mixing Console, Qty. 1 CLIN 0002 Shipping INVOICING: All invoicing will be accomplished through WAWF (Wide Area Work Flow). https://wawf.eb.mil/ DELIVER TO: 132D Army Band 2400 Wright Street Madison, WI 53704 30 Days ARO FOB: Destination The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 52.203-19- Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-7- System for Award Management 52.212-1- Instructions to Offerors 52.212-4 - Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Condidtions Required to Implement Statures or Executive Orders--Commercial Items 52.222-21 - Prohibition of Segregated Facilities 52.222-26 - Equal Opportunity 52.222-50 - Combating Trafficking in Persons 52.223-18 - Encouraging Contractor Policy 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 52.232-36- Equal Opportunity for Workers with Disabilities 52.232-39 - Unenforceability of Unauthorized Obligations 52.233-3 - Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.252-2 - Clauses Incorporated by Reference, http://farsite.hill.af.mil 52.252-6 - Authorized Deviations in Clauses 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.209-6 - Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.204-10- Reporting Executive Compensation and First-Tier Subcontract Awards 252.203-7000- Requirements relating to compensation to Former DoD Officials 252.203-7002- Requirement to inform employees of Whistleblower rights 252.204-7015- Notice of Authorized Disclosure if Information for Litigation Support 252.211-7003- Item Unique Identification and Valuation. 252.211-7008- Use of Assigned Serial Number 252.225-7048- Export-Controlled Items 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 All vendors must have an active registration in https://www.sam.gov/portal/SAM/#1#1 to be eligible for award. Submittal Requirements: Submit the following in order to be considered for award. 1. Pricing of CLINS 0001 through 0002. 2. Active SAM Registration (please submit vendor cage code) Submit offers in response to this synopsis/solicitation to jarrod.w.brown4.mil@mail.mil. Offers received after 3:00 PM CST on December 13th may not be considered unless determined to be in the best interest of the government. No telephonic inquires will be accepted. Email any questions to jarrod.w.brown4@mail.mil by December 11th, 2019 12:00 PM CST. All questions will be answered and uploaded to fbo.gov by December 11th 7:00 PM CST. It is the vendor's responsibility to check www.fbo.gov for any updates or changes. Contracting Office Address: USPFO for Wisconsin, 1 Williams St. Camp Douglas, WI 54618 Point of Contact(s): SFC Jarrod Brown jarrod.w.brown4.mil@mail.mil