This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, simplified acquisition procedures in FAR 13 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation being requested. A written solicitation will not be issued.
The solicitation number is W912JB-21-Q-0048. This solicitation is issued as a request for quotation (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05. This requirement is 100% set-aside for small business. The associated NAICS code is 339992 and small business size standard is 1000 employees.
Attached to this request for quote is the following FAR 52.204-24.This is a requirement for all new Delivery/Task Orders and Contracts. This clause is incorporated, in full text (Attachment - B). Please review clause and certify that you "will" or "will not" provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument and After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it "does" or "does not" use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services.
This is a firm fixed price requirement for supply of Band Equipment. It is required by the 126th Army Band for the Michigan Army National Guard. Please review Attachment - A for salient characteristics in reference to each piece of equipment requested herein. The model/name is a standard of quality and the numbers are for reference, the proposed equipment must be the salient characteristic listed on Attachment - A of the product specifications in order to be considered acceptable.
CLIN Item b Qty U/M
0001 TUBAS w/case & mouthpiece (Bass Recording)(Meinl
Weston - Thor Series 5-Valves5/4 CC Tuba (Lacquer Finish) 3EA
0002 DRUM SET ( DW Performance Series Shell Pack ) 1EA
0003 PORTABLE SOUND / PA SYSTEM (Behringer - Europort PPA500BT) 1EA
0004 EUPHONIUM (Yamaha - YEP 842-TS Custom Series) 1EA
0005 TROMBONE, TENOR (Yamaha - YSL -881, Xeno, Large Bore) 1EA
0006 TROMBONE, TENOR (King - 2103 3B) 1EA
2. Quote /Requirement Content and Submission Instructions:
Your quote shall be clearly organized and presented in order to allow an evaluation by the Government. An Offeror's quote is presumed to represent the Offeror's best efforts to respond to the RFQ. Furthermore, the supplies priced must be consistent with the supplies that are described in Attachment - A. Offers shall include business name, business address, email and phone as well as point of contact, their name and contact information. DUNS No.: Tax ID, and Cage code shall also be included in your quote.
Potential offerors shall submit an acceptable quote and ensure the format of the quote consist of Item No., Item Description, Qty, Unit of measure, unit price for each piece of equipment. It is imperative you list all price totals and extended amounts. Potential offerors shall meet or exceed the quality of the model number displayed in the item decription stated in Attachment - A. Quotes must be valid for a minimum of 60 days. Delivery shall be made to the USPFO of MI Warehouse, Lansing MI 48906. Potential offerors shall submit a specification sheet with their quote to verify that the requirement has been met and/or exceeded. Quotes omitting a separate specification sheet may not be considered. A general statement of compliance or restatement of the salient characteristics is insufficient.
The Government intends to make an award based on quotes submitted for this request for quote. Offerors are encouraged to ensure that their quote is their best and final. The Government also reserves the right to require minor clarifications. However, the Government may award without requesting clarification for ambiguity. Quotes will be considered late unless the offeror completes the entire quote submission prior to the closing date and time for the receipt of quotes under this RFQ. Late quotes may not be eligible for award. Quote submissions must be completed by the date and time identified in this request for quote. As applicable, quote submission instructions will also apply to any future correspondence related to this request for quote.
Offers are due at 12:30 PM , Eastern Time on 11 MAY 2021. Email quotes directly to [email protected]. Do not submit quotes on Contracting Opps; they will not be accepted. It is the vendor’s responsibility to monitor this site for any amendments. The government is not responsible for any attachments that are rejected by the cyber security due to corruption or virus extensions. It is the offeror’s responsibility to contact the POC to verify the quote is received PRIOR to the date and time set for the due date of RFQ.
2.1 Errors, Omissions, and Ambiguities:
If an offeror believed, throughout the duration of this RFQ, that the RFQ, including the salient characteristics/product specifications, contain an error, omission, or ambiguity, or is otherwise unsound, the offeror shall immediately notify the Contract Administrator or the Contracting Officer in writing with the supporting rationale prior to the date for the closing for receipts of quotes.
2.2 False Statements in Quotes:
Offerors must provide full, accurate, and complete information as required by the r and its attachments. The penalty for making false statements in offers is prescribed in 19 U.S.C 1001.
3. Questions and Amendments:
Questions are due no later than May 5, 2021 @ 12:30 PM EST. Answers to questions will be provided to all prospective offerors. In order to receive responses to questions, please send all questions directly to [email protected]. Phone calls and phone submissions will not be accepted. Offerors are reminded that the Government will not address any hypothetical questions aimed toward receiving a potential "evaluation decision". It is the vendor's responsibility to monitor this RFQ for any amendments. The Government is not responsible for any attachments that are rejected by the cyber security due to corruption or virus extensions.
4. Additional Information/ Basis for Award:
4.1 Evaluation Criteria:
Quotes will be evaluated by price, adherence to technical specificaitons and past performance information (PPI) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
The following factors shall be used to evaluate offers;
A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Technical capability and past performance, when combined, are equally important as lowest price.Technical capability and past performance will be rated as Acceptable or Unacceptable. The Government may award to other than the lowest price quote. The perceived benefits of the higher priced quote shall merit the additional cost.
Negative or adverse actions in SAM, FAPIIS or SPRS in the last three years may render your quote unacceptable. All evaluation factors are approximately equal. Award may be made without discussions or clarifications and may be awarded based on the information stated in the quote submitted as written. The Government reserves the right to request minor clarifications. However, the Government may award without requesting clarification and/or without discussions. Therefore, the offeror must provide complete information in the package for the Government to determine best value.
4.2 System for Award Management:
The Offeror must have an active registration in www.sam.gov at the time of award. Vendors are encouraged to verify that their registration is active prior to submitting a quote. If the prospective awardee is not active in SAM data base at the time of award, the prospective awardee will be allowed 10 calendar days to become registered and active in SAM. The award will proceed to the next otherwise successful registered and active offeror if the prospective offeror does not become registered and active by the 10 calendar day deadline.
4.3 Invoice Information:
Net 30 days, FOB destination, invoices submitted through Wide Area Work Flow https://piee.eb.mil/.
APPLICABLE PROVISIONS AND CLAUSES:The following clauses will be included in the award (details can be located on www.acquisition.gov):
FAR:
52.203-19 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-18 Commercial and Government Entity Code Maintenance
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
52.212-1 Instructions to Offerors—Commercial Items
52.212-2 Evaluation – Commercial Items
52.212-3 Offeror Representation and Certification – 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
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post-Award Small Business Program Representation
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
52.222-50 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
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.252-2 Clauses Incorporated by Reference
52.252-6 Authorized Deviations in Clauses
52.222-36 Equal Opportunity for Workers with Disabilities
DFARS:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirements to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support Contractors
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
252.239-7098 Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites—Representation.
252.247-7023 Transportation of Supplies by Sea