The RFP Database
New business relationships start here

Musical Instruments


Hawaii, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. Solicitation number M00318-19-Q-0007 is issued as a Request for Quotation (RFQ). This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 and Department of Defense FAR Supplement (DFARS) current to DPN 20180928. This is a small business set-aside. The applicable North American Industry Classification System (NAICS) code is 339992, Musical Instruments Manufacturing, and the small business size standard is 1,000 employees.

Quotes are being requested for the following, all items are Brand Name or Equal (see attachment):


CLIN 0001: 14" Snare Drum Top Head
Description: See the attached document for details
Quantity: 12
Unit of issue: Each


CLIN 0002: 14"x12" Marching Snare Drum
Description: See the attached document for details
Quantity: 9
Unit of issue: Each


CLIN 0003: 24"x14" Marching Bass Drum
Description: see the attached document for details
Quantity: 1
Unit of Issue: Each


CLIN 0004: 26"x14" Marching Bass Drum
Description: see attached document for details
Quantity: 1
Unit of Issue: Each


CLIN 0005:12"x14" Snare Drum Case
Description: See the attached document for details
Quantity: 8
Unit of Issue: Each


CLIN 0006: 24"x14" Snare Drum Case
Description: See the attached document for details
Quantity: 1
Unit of Issue: Each


CLIN 0007: 26"x14" Bass Drum Case
Description: See the attached document for details
Quantity: 1
Unit of Issue: Each

CLIN 0008: 18" Crash Cymbals
Description: See the attached document for details
Quantity: 2
Unit of Issue: Each


CLIN 0009: Marching Drumsticks
Description: See the attached document for details
Quantity: 21
Unit of Issue: Each


CLIN 0010: Tear Drop Tip Drumsticks
Description: See the attached document for details
Quantity: 20
Unit of Issue: Each


CLIN 0011: Wire Brushes
Description: See the attached document for details
Quantity: 3
Unit of Issue: Each



CLIN 0012: 16" Drum Head
Description: See the attached document for details
Quantity: 4
Unit of Issue: Each


CLIN 0013: 14" Drum Head
Description: See the attached document for details
Quantity: 7
Unit of Issue: Each


CLIN 0014: 14" Drum Head
Description: See the attached document for details
Quantity: 15
Unit of Issue: Each


CLIN 0015: 14" Snare Side Drum Head
Description: See the attached document for details
Quantity: 12
Unit of Issue: Each


CLIN 0016: 22" Bass Drum Head
Description: See the attached document for details
Quantity: 15
Unit of Issue: Each


CLIN 0017: Drumsticks
Description: See the attached document for details
Quantity: 10
Unit of Issue: Each


CLIN 0018: Concert Snare Drumsticks
Description: See the attached document for details
Quantity: 15
Unit of Issue: Each


CLIN 0019: Orchestral Bell Mallets
Description: See the attached document for details
Quantity: 2
Unit of Issue: Each


CLIN 0020: 14" Drum Head
Description: See the attached document for details
Quantity: 10
Unit of Issue: Each


CLIN 0021: Bass Drum Carrier (Harness)
Description: See the attached document for details
Quantity: 2
Unit of Issue: Each


CLIN 0022: Snare Drum Carrier (Harness)
Description: See the attached document for details
Quantity: 8
Unit of Issue: Each


Evaluation and Award: Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The non-cost facots that will be evaluated will be technical and past performance. Technical acceptability will be determined by comparing the proposed items' characteristics to the salient characteristics listed in the solicitation. Past performance will be determined acceptable if the vendor has a satisfactory record in the Supplier Performance Risk System (SPRS) for the FSC and PSC of the supplies being purchassed (see DFARS 213.106-2(b)(i))


The following FAR provisions and clauses apply to this acquisition and are incorporated by reference:


52.204-7 -- System for Award Management
52.204-13 -- System for Award Management Maintenance
52.204-16 -- Commercial and Government Entity Code Reporting
52.204-18 -- Commercial and Government Entity Code Maintenance
52.211-6 -- Brand Name or Equal
52.212-1 -- Instructions to Offerors - Commercial Items
52.212-3 -- Offeror Representations and Certifications - 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
52.232-39 -- Unenforceability of Unauthorized Obligations (Jun 2013)


The Following Clauses incorporated in 52.212-5 are also applicable:


52.204-10 -- Reporting Executive compensation and First-Tier Subcontract Awards
52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation
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
52.222-3 -- Convict Labor
52.222-19 -- Child Labor - Cooperation with Authorities and Remedies
52.222-21 -- Prohibition of Segregated Facilities
52.222-26 -- Equal Opportunity
52.222-35 -- Equal Opportunity for Veterans
52.222-36 -- Affirmative Action for Workers with Disabilities
52.222-37 -- Employment Reports on Veterans
52.222-40 -- Notification of Employee Rights Under the National Labor Relations Act
52.222-50 -- Combating Trafficking in Persons
52.222-52 - Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Certification
52.222-53 - Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirement
52.223-18 -- Encouraging Contractor Policies 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


The following Defense Federal Acquisition Regulation (DFARS) provisions and clauses apply to this solicitation:


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
252.204-7011-- 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
252.211-7003 -- Item Unique Identification and Valuation
252.213-7000 -- Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System -- Statistical Reporting in Past Performance Evaluations
252.225-7000 -- Buy American--Balance of Payments Program Certificate
252.225-7001 -- Buy American and Balance of Payments Program
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
252.247-7023 -- Transportation of Supplies by Sea


The full text of the provisions and clauses incorporated here by reference can be found online at
FAR Clauses: https://www.acquisition.gov/browse/index/far,
DFARS Clauses: https://www.acq.osd.mil/dpap/dars/dfarspgi/current
or by contacting the individual listed on this RFQ.


Questions regarding this RFQ must be submitted via email to Sergeant Dakota D. Weaver at dakota.weaver@usmc.mil. To be considered for award, contractors must submit quotations to ensure they reach destination by no later than 12:00 p.m. (Hawaii) on May 3, 2019. Quotations received after the due date and time will not be considered for award.


 




Dakota D. Weaver, Contract Specialist, Phone 8082571341, Email dakota.weaver@usmc.mil - Ariel Pena, Contracting Officer, Phone 7609321544, Email ariel.pena@usmc.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP