PROJECT: REFURBISHED GRAND BABY PIANO
RFQ CLOSE DATE: 04:30 P.M. PST ON 24 FEBRUARY 2015
REQUIRED DELIVERY DATE: 35 Days ARO
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 publication. Solicitation number M02203-15-RC-CH004 is issued as a request for quotation (RFQ). The solicitation documented and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-78 and DFARS Publication Number (DPN) 20150129. This procurement is 100% set aside for small business under North American Industry Classification System (NAICS) Code 339992. Small businesses under this NAICS Code are those employing no more than 500 employees.
Attachments:
- RFQ Cover Sheet
This procurement is for (1) Refurbished Baby Grand Piano meeting the salient characteristics below:
Baldwin model R from 1971 or equal
Used refurbished or restored fully functional
Size: 5'6" to 8'0"
Must be black or dark in color
Must have matching piano bench
Must set up on moveable piano base and tune piano upon delivery.
Minimum 1 year warranty
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:
1.Technical Acceptability:
Must meet or exceed salient characteristics
above.
2. Delivery Terms:
30 Days after receipt of order
3. Warranty Terms
1 year warranty
The Government intends on issuing a purchase order/delivery order to the offerer that represents the Lowest Price Technically Acceptable (LPTA). All proposals will first be evaluated for price. The lowest priced proposal will be evaluated for technical acceptability. If the lowest priced proposal is technically acceptable, no further technical evaluation will occur. If the lowest priced proposal is not technically acceptable, the second lowest priced proposal will be evaluated for technical acceptability. This process will continue until the lowest priced technically acceptable proposal is found. The following factors shall be used to evaluate proposals: adherence to the salient characteristics, delivery terms and warranty.
In accordance with FAR 52.211-6, this RFQ is for brand name or equal products. If quoting equal items, quoters shall include the specifications and description of the quoted items and how they adhere to salient characteristics. The information shall be presented in a manner that clearly demonstrates how equal items meet the listed salient characteristics.
All responsible sources may submit a response that, if timely received, must be considered by the agency. Quoter is responsible for ensuring that their submitted quote has been received and is legible. Quoters bear the burden
of ensuring that quotes (and any authorized amendments) reach the designated email on time and should allow a reasonable time for e-mail transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. The quoter bears the risk of non-receipt of electronically transmitted quotations and should confirm receipt.
Please describe how your products/services support DOD Sustainable Acquisition Goals. This includes products that meet the following criteria: energy-efficient and water-efficient, bio-based, environmentally preferable, non- ozone depleting, are made with recovered materials, or use renewable energy technologies. If products/services are not sustainable, but your company engages in sustainable practices, please describe them on the attached RFQ Cover Sheet.
All Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS)
provisions and clauses that apply to this acquisition are listed below.
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://www.acquisition.gov/far
http://farsite.hill.af.mil/vffara.htm
(End of clause)
CLAUSES INCORPORATED BY REFERENCE
52.204-7 System for Award Management
52.211-6 Brand Name or Equal
52.212-1 Instructions to Offerors--Commercial
Items
52.212-3 Alt I Offeror Representations and
Certifications--Commercial Items (NOV
2014) Alternate I
52.212-4 Contract Terms and Conditions--
Commercial Items
52.212-5Contract Terms and Conditions Required
To Implement Statutes Or Executive
Orders--Commercial Items
52.225-25 Prohibition on Contracting with Entities
Engaging in Certain Activities or
Transactions Relating to Iran--
Representation and Certifications.
52.232-39 Unenforceability of Unauthorized
Obligations
52.232-40 Providing Accelerated Payments to Small
Business Subcontractors
52.233-1 Disputes
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
252.204-7004 Alt A System for Award Management
Alternate A
252.204-7012 Safeguarding of Unclassified Controlled
Technical Information
252.211-7003 Item Unique Identification and Valuation
252.223-7006 Prohibition On Storage, Treatment, and
Disposal of Toxic or Hazardous Materials
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American And Balance Of Payments
Program-- Basic (Nov 2014)
252.225-7002 Qualifying Country Sources As
Subcontractors
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
252.247-7023 Transportation of Supplies by Sea
52.204-7 System for Award Management
52.211-6 Brand Name or Equal
52.212-1 Instructions to Offerors--Commercial
Items
52.212-3 Alt I Offeror Representations and
Certifications--Commercial Items (NOV
2014) Alternate I
52.212-4 Contract Terms and Conditions--
Commercial Items
52.212-5Contract Terms and Conditions Required
To Implement Statutes Or Executive
Orders--Commercial Items
52.225-25 Prohibition on Contracting with Entities
Engaging in Certain Activities or
Transactions Relating to Iran--
Representation and Certifications.
52.232-39 Unenforceability of Unauthorized
Obligations
52.232-40 Providing Accelerated Payments to Small
Business Subcontractors
52.233-1 Disputes
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
252.204-7004 Alt A System for Award Management
Alternate A
252.204-7012 Safeguarding of Unclassified Controlled
Technical Information
252.211-7003 Item Unique Identification and Valuation
252.223-7006 Prohibition On Storage, Treatment, and
Disposal of Toxic or Hazardous Materials
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American And Balance Of Payments
Program-- Basic (Nov 2014)
252.225-7002 Qualifying Country Sources As
Subcontractors
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
252.247-7023 Transportation of Supplies by Sea
Please submit your quotes to [email protected].