Federal Bid

Last Updated on 15 Oct 2019 at 8 AM
Combined Synopsis/Solicitation
Fort carson Colorado

59--Speaker System

Solicitation ID HHBN4ID15APR19
Posted Date 16 Apr 2019 at 3 PM
Archive Date 15 Oct 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fedbid.Com -- For Department Of Army Procurements Only
Agency Department Of Defense
Location Fort carson Colorado United states 80913
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is HHBN4ID15APR19 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 750.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-04-18 15:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Fort Carson, CO 80913

The MICC End User requires the following items, Brand Name or Equal, to the following:
LI 001: RCF ACKART4XHDL20 Must meet or exceed the following: KART WITH WHEELS FOR HDL20A (HOLDS UP TO 4 UNITS), 2, EA;
LI 002: RCF ACKARTSUB9006 Must meet or exceed the following: FRONT WHEEL BOARD FOR SUB9006AS, 2, EA;
LI 003: RCF ACPMM20 Must meet or exceed the following: M20 POLEMOUNT ( 100LB MAX), 2, EA;
LI 004: RCF ACRAIN2XHDL20 Must meet or exceed the following: PAIR OF RAIN KITS FOR AMP MODULES OF HDL10 OR HDL20, 4, EA;
LI 005: RCF ACRAINSUB9006 Must meet or exceed the following: PROTECTIVE RAIN COVER FOR SUB9006AS, 2, EA;
LI 006: RCF COVERNX32A Must meet or exceed the following: PROTECTIVE COVER FOR NX32A/TT22A, 4, EA;
LI 007: RCF COVERSUB9006 Must meet or exceed the following: PROTECTIVE COVER FOR SUB9006AS, 2, EA;
LI 008: RCF FBHDL20LIGHT Must meet or exceed the following: LIGHT FLYBAR FOR HDL20A (4 BOX MAX HANG, 2 BOX MAX POLEMOUNT, 2, EA;
LI 009: RCF HDL20A Must meet or exceed the following: ACTIVE 2-WAY LINE ARRAY - 1400 Watt Peak power - 700 Watt RMS - 135 dB max SPL - 55 Hz 20 kHz frequency response - 2 x 10" Woofers - 1 x 3" Compression Driver - DSP controlled Input section with selectable presets - Tour grade safe and solid variable mechanics - Composite PP enclosure structurally wooden reinforced, 8, EA;
LI 010: RCF NX12SMA Must meet or exceed the following: ACTIVE 12" 2-WAY COAXIAL POWERED MONITOR 1400 Watt Peak, 700 Watt RMS digital bi-amplification - 129 dB max spl - 60° x 60° constant directivity horn - 12" High power neodymium woofer, 2.5" voice coil - 1.7" kapton dome, 1" exit, neodymium high frequency driver - DSP processing, floor - fre field equalization, soft limiter and protection - Combo xlr/jack input, xlr signal output, 6, EA;
LI 011: RCF NX32A Must meet or exceed the following: ACTIVE 12" 2-WAY POWERED SPEAKER - 1400 W 2-way class-D amplifier - 131 dB SPL Max - 50 – 20000 Hz Frequency Range - 90° x 60° constant directivity coverage - 12" woofer, 2.5" voice coil - Horn loaded 3.0''neodymium c. driver - Multiple rigging points, 4, EA;
LI 012: RCF SUB8004AS Must meet or exceed the following: ACTIVE 18" POWERED SUBWOOFER 2500 Watt Peak, 1250 Watt RMS - 136 dB max SPL - 30 Hz - 120 Hz frequency response - 18" Woofer, 4.0" voice coil vented woofer - DSP controlled Input section with selectable presets - Delay control - Baltic birch tour grade cabinet - Compatible with NXL23-A (stacking) - Compatible with NXL24-A (stacking) - Multiple configurations with HDL 10-A and HDL 20-A, 2, EA;
LI 013: RCF SUB9006AS Must meet or exceed the following: ACTIVE DUAL 18" SUBWOOFER - 7200 Watt Peak power - 3600 Watt RMS - 142 dB max SPL - 30 Hz - 400 Hz frequency response - 2 x 18" Woofer - DSP controlled Input section with selectable presets - RDNet remote control - Delay control - Baltic birch cabinet, 2, EA;
LI 014: RCF COVER-SUB 8004 Must meet or exceed the following: PROTECTIVE COVER FOR SUB8004-AS, 2, EA;
LI 015: WH PRO 4X Must meet or exceed the following: SWIVEL WHEELS KIT for 8004-as, 2, EA;
LI 016: Apple Imac Pro Must meet or exceed the following: 3.0GHZ 10 Core processor 64gb 2666MHZ DDR4 ECC memory Radeon Pro Vega 64 with 16gb HBM2 memory 1tb hard drive Include magic mouse and key board. Must include preinstalled Logic Pro X and Final Cut pro X, 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.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace 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. MICC End User 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.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at [email protected]. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or [email protected] of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal.

The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions – Commercial Items. 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, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea.

IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance

Shipping is FOB Destination CONUS (CONtinental U.S.).

New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.

Submitted Quotes will be valid for 45 days after the auction closing.

This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).

IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site.

The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf

"AMC-Level Protest Program 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 (HQ), Army Materiel Command (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 (GAO) 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 33.103. If you want to file a protest under the HQ 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. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures."

"52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report"

Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.

Wide Area WorkFlow Payment Instructions

252.204-7012 Safeguarding of Unclassified Controlled Technical Information

All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.

This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.

IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Technical capability of the item offered to meet the Government requirement and price. Technical capability is more important than price.

No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an “all-or-nothing” basis.

Wide Area WorkFlow Payment Instructions

Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - [email protected] or call 315-772-5582.

Bid Protests Not Available

Similar Past Bids

Location Unknown 05 Mar 2018 at 5 PM
Pennsylvania 30 Jul 2020 at 4 AM
Pennsylvania 30 Jul 2020 at 4 AM
Randolph air force base Texas 06 Apr 2006 at 4 AM
Alabama 08 Jan 2019 at 4 PM

Similar Opportunities

Pennsylvania 11 Jul 2025 at 6 PM
Pennsylvania 19 Jul 2025 at 4 AM (estimated)
Pennsylvania 19 Jul 2025 at 4 AM (estimated)
Eielson air force base Alaska 22 Jul 2025 at 7 PM
Wisconsin 29 Jul 2025 at 6 PM