Federal Bid

Last Updated on 28 Jun 2019 at 2 AM
Combined Synopsis/Solicitation
Vienna Virginia

59--Theatre Central Speaker Cluster

Solicitation ID Q3000080334
Posted Date 31 Mar 2008 at 4 AM
Archive Date 27 Jun 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dsc Contracting Services Division
Agency Department Of Interior The
Location Vienna Virginia United states 22182
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. This announcement constitutes the only solicitation; quotes are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation No. Q3000080334 is issued as a Request for Quote (RFQ) and will be awarded as a firm-fixed price contract for Commercial Items, using simplified acquisition procedures. The North American Industry Classification System (NAICS) is 334310; the size standard is less than 750 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. This procurement is a commercial item. The estimated magnitude of this procurement is between $20,000.00 to $50,000.00. In accordance with Federal Acquisition Regulation Chapter 19.502-2 Total small business set-asides, the Government shall set-aside all procurements with a dollar threshold under $100,000 to be set-aside for small business concerns. This procurement is 100-percent set-aside for small business concerns. A small business concern is defined as a concern (including all of its subsidiaries) having 750 employees or less. If your company's has 750 employees or less, your company is considered small business under this procurement. The purpose of this work is to provide a center speaker cluster that is compatible with the existing left and right speaker arrays and sub woofer clusters. The existing system clusters are composed of V-DOSC speaker enclosures and rigging with Wavefront Sculpture Technology. All offerors equipment that is offered under this solicitation shall be compatible with the existing system. The work of this project shall consist of providing all labor, supplies, materials and equipment for the furnishing and delivering of: Unit Price Total A. (Quantity of 12) DV-DOSC 2-way line source speaker for cluster system $________ $________ B. (Quantity of 1) Rigging Bumper for DOSC speaker $________$_________ C. (Quantity of 16) P1 Rear Angle Bar for DOSC speaker $_______ $________ D. (Quantity of 12) P2 Rear Angle Bar for DOSC speaker $_______ $_________ E. (Quantity of 76) Locking Quick Release Pin, 25 mm $______ $__________ F. Freight Charge: $__________ Grand Total (SUM A Through F): $___________ Contractor shall deliver to Wolf Trap National Park for the Performing Arts, 1551 Trap Road, Filene Center Loading Dock, Vienna, Virginia. For any equal products, the contractor must provide documentation in accordance with Federal Acquisition Regulation Clause No. 52.211-4, Brand Name or Equal. After award, no substitution of materials and/or design shall be made without the prior approval of the Contracting Officer. The government shall have up to twenty (20) days to perform a final inspection upon delivery of the items to the site. The contractor agrees any item shall be returned at the contractor's expense if not meeting the specifications and the purchase agreement terminated. The contractor shall warrant all parts and labor. The contractor shall replace without cost to the government any part of the item that fails due to manufacturing or material defects during the warranty period. All costs of transportation of any item for said repairs will be at the contractor's expense. F.O.B. Point: Destination or another location as agreed upon by the Contracting Officer. Delivery Required: Please state delivery time on quote, inspection and acceptance will be at destination. The following FAR provisions and clauses are applicable to this acquisition: FAR 52.211-06 Brand Name or Equal, FAR 52.212-01 Instructions to Offerors-- Commercial Items, FAR 52.212-02 Evaluation of Commercial Items, FAR 52.212-03 Offeror Representations And Certifications - Commercial Items, FAR 52.212-04 Contract Terms and Conditions-Commercial Items, FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28, Post Award Small Business Program Rerepresentation, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-50, Combating Trafficking in Persons, FAR 52.223-15, Energy Efficiency in Energy-Consuming Products, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The following are addenda to FAR Clause 521.212-1, paragraph (b) submission of Offerors shall also include (1) specifications literature for items being offered (2) Three References and Contact Names and Telephone Numbers for three similar, recent past performance requirements. For full text of FAR Clauses, the web site address is www.arnet.gov. EVALUATION OF COMMERCIAL ITEMS: The Government will award to the responsible offeror based on the following: 1. Price, 2. Specification of model being offered, and 3. Past performance. The Government reserves the right to award to the offeror providing the best value to the Government. Award may not necessarily be made to the offeror submitting the lowest price. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. All offers must include with their quotation a completed copy of the Federal Acquisition Regulation provision 52.212-3, Offeror Representations and Certifications-Commercial Items and a copy of the manufacturer's specification sheet and any other literature directly related to the product being offered. All offers must also include the unit prices A through F. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Vendors wishing to respond to this RFQ should provide this office with the following: A price quote on company letterhead for the requested items showing unit price, delivery time after receipt of contract, payment terms, correct remittance address; and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Quotes are due 4:00 pm EST April 8, 2008 and can be sent to NATIONAL PARK SERVICE, ATTN: LINDA HOOK, ACQUISITION MANAGEMENT DIVISION, 1100 OHIO DRIVE, SW, WASHINGTON, D.C. 20242. Quotes may be faxed to (202) 485-9720 or emailed to [email protected]. CALL FOR CONFIRMATION OF RECEIPT OF FAX ON (202) 619-6367.-All responsible sources may submit a quote which will be considered.
Bid Protests Not Available

Similar Past Bids

Location Unknown 27 Jan 2023 at 5 AM
Vienna Virginia 15 Sep 2009 at 8 PM
Vienna Virginia 10 Jan 2005 at 5 AM

Similar Opportunities

Raymondville Texas 25 Apr 2025 at 7 PM
Raymondville Texas 25 Apr 2025 at 7 PM
Fort knox Kentucky 31 Jul 2024 at 4 AM (estimated)
Fort knox Kentucky 31 Jul 2024 at 4 AM (estimated)