Please see attached solicitation for details.
Quantity, 4ea Selmer Paris Reference 54, alto saxophones; Quantity 3ea, Selmer Paris Reference 54, tenor saxophones. These saxophones all come with shaped flight cases for ease of travel, mouthpiece, and care products.
Hawaii National Guard
This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. This solicitation, W912J6-18-R-5006, is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, effective 19 Jan 2017. The NAICS code is 339992 and the small business size standard is 1000 employees. The following commercial items are requested in this solicitation:
Contractor shall provide all items listed below. Contract line item numbers (CLINs) and quantities are as follows:
CLIN 0001: Tenor saxophones
CLIN 0002: Alto saxophones
It is anticipated that a firm-fixed price purchase order will be awarded for the requested service as a result of this synopsis/solicitation. Award will be based on price.
The following FAR and DFARS provisions and clauses are incorporated into this solicitation by reference:
52.204-7, System for Award Management
52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards
52.204-13, SAM Maintenance
52.204-16, Commercial and Government Entity Code Reporting
52.204-18, Commercial and Government Entity Code Maintenance
52.204-19, Incorporation by Reference of Representations and Certifications
52.204-22, Alternative Line Item Proposal
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
52.212-1, Instructions to Offerors - Commercial Items
52.212-3, Offeror Representations and Certifications- Commercial Items- Alternate I
52.212-4, Contract Terms and Conditions - Commercial Items
52.219-6, Notice of Total Small Business Set-Aside
52.232-39, Unenforceability of Unauthorized Obligations
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
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
252.204-7003, Control of Government Personnel Work Product
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
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
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7010, Levies on Contract Payments
252.244-7000, Subcontracts for Commercial Items
252.247-7023, Transportation of Supplies by Sea
Contractor must complete all Representations and Certifications found in the provisions listed below within their profile in the System for Award Management (SAM) at http://www.sam.gov.
The following provisions are incorporated by full text. The full text is found in Attachment #1.
DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials DFARS
The following clauses are incorporated by full text. The full text is found in Attachment #1.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial
Items
FAR 52.252-2 Clauses Incorporated by Reference
DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions
Quotes are due by 10:00 p.m. (HST) time on 4 May, 2018.
Electronic proposals must be submitted via e-mail to Mr. Clesson Paet at clesson.k.paet.civ@mail.mil. Facsimile proposals will not be accepted. Questions regarding this solicitation may be directed to Mr. Clesson Paet at clesson.k.paet.civ@mail.mil no later than Wednesday, 2 May 2018.
Attachments:
#1 - Full Text Provisions and Clauses
Clesson K. Paet, Phone 8088446333, Email clesson.k.paet.civ@mail.mil - Manuel LLanes, Contracting Specialist, Phone 808-844-6335, Fax 808-844-6340, Email manuel.llanes.mil@mail.mil