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 77007 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. The associated North American Industrial Classification System (NAICS) code for this procurement is 451140 with a small business size standard of $10.00M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-01-05 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Lawton, OK 73503
The MICC End User requires the following items, Brand Name or Equal, to the following:
LI 001: Roland A-88 Keyboard Controller
Impeccable Ivory Feel-G Keyboard with Escapement
Roland's bend/mod lever and D-BEAM controller
Assignable knobs and switches
Octave and transpose buttons
Keyboard split and layer functionality
Sustain and expression pedal inputs
Includes DP-10 sustain pedal
USB bus powered, or included AC adapter
Mac and Windows compatible
iOS music app compatibility on the iPad (via optional Apple iPad Camera Connection Kit), 2, EA;
LI 002: Roland RPU-3
3 pedals combined into one convenient and clutter-free unit
Separate 1/4" outputs for each of the three pedals
Negative (-) polarity for use with normally-closed pianos and keyboards
Half damper functionality when used with Roland keyboards, 2, EA;
LI 003: Roland MIDI Cable 20'
4-conductor core accurately captures music information, time codes, and commands
High-density spiral shielding prevents interference
Commercial-grade nickel DIN connectors stand up to daily use, 2, EA;
LI 004: Gator GKC-1648 88-key Keyboard Cover
Stretches to fit 88-key instruments
Lycra Spandex fabric provides an effective barrier
Adjustable cord gives you a skin-tight fit, 2, EA;
LI 005: On-Stage Stands WSC7500B Workstation Corner Accessory
Color: Black
45-degree surface attaches to WS7500 workstations
Sturdy steel frame with laminate surfaces
W 23.8" x H 25" x D 26.8" (platform height 29"), 2, EA;
LI 006: On-Stage Stands WS7500 Wooden Workstation
Color: Black
Ergonomically designed for maximum comfort and efficiency
Sturdy, rectangular steel tube frame
Sleek, compact Z-frame with plenty of leg space
Hideaway keyboard shelf included
Main shelf dimensions: 29" high (from floor), 43" wide, 23.5" deep
Top shelf dimensions: 37.5" high (from floor), 39" wide, 17" deep
Pull-out shelf height (from floor): 25"
Weight capacity: 175 lbs., 2, EA;
LI 007: On-Stage Stands WSR7500B Rack Cabinet
Color: Black
12U rack cabinet that pairs with WS7500 workstations and WSC7500 corner accessories
4 removable casters (2 locking) for effortless movement
Sturdy steel frame with laminate surfaces, 2, EA;
LI 008: Behringer X32 Producer Digital Mixer
40-input, 25-total-bus digital mixer
16 mix buses, main LCR, 6 matrix buses
Gain-programmable Midas-designed mic preamps deliver enhanced dynamic range and superior common mode rejection ratio (CMRR)
Highly configurable, with up to 40 processing channels and 25 motorized faders
USB flash connection allowing uncompressed recordings, storing show presets, and enabling system updates
6 independent matrix mix buses with inserts, 6-band parametric EQ, and dynamics processing
Powerful scene management for easy handling of complex productions
X-USB recording interface card included
Support for optional Behringer P16-M Personal Monitoring System
48-channel digital snake ready (sold separately) via AES50 ports, 1, EA;
LI 009: Behringer S16 16-channel Digital Snake
16 x fully programmable and remote-controllable Midas-designed mic preamps give you exceptional sound, right from the stage
8 x analog, servo-balanced XLR outputs let you send complete monitor mixes to the stage
AES50 network ports featuring Klark Teknik SuperMac technology, providing you with ultra-low latency digital audio that's in-ear compatible
Up to 328' of networking capability via a single lightweight CAT-5e cable (not included)
Dual AES50 ports let you cascade multiple S16 units, without a merger or a router
Precise LED metering plus 7-segment displays let you keep a close eye on your levels
Headphones output assignable to any of the inputs/outputs for on-stage monitoring
Ultranet connectivity for Behringer's Powerplay P16 Personal Monitoring System is perfect for In-ear applications
Dual ADAT outputs for use in splitter mode and stand-alone digital multicore applications
MIDI In/Out for bi-directional communication between FOH console and on-stage MIDI devices
USB connector for system updates via PC
Planet Earth switching power supply for maximum flexibility, noise-free audio, superior transient response plus low power consumption for energy saving
Durable yet compact, all-steel 2U rack-mount chassis provides flexible mounting, 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.fedbid.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, FedBid, Inc. FedBid 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.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at
[email protected]. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or
[email protected] of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid 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 ââ¬â 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 FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price.
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.
No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an Ãâall-or-nothingÃâ basis.
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.
Please address your questions through the FedBid 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