FEDERAL SUPPLY CODE: 7220
SOLICITATION NUMBER: M67400-17-Q-0104
SOLICITATION CLOSES: 07Sep2017 @ 6:00 PM (PST)
Point of Contact: Minako Kinjo
PSC 557 Box 2000 FPO AP 96379-2000
Telephone: 011-81-98-970-7841 Fax: 011-81-98-970-0959
Email responses preferred: [email protected]
The Government intends to issue a single award to the responsible quoter that meets following factors: Lowest Price Technically Acceptable. The quote shall contain all requested products as the contract award will be made in aggregate. Therefore, any quote received without all products priced will be considered non-responsive.
Please see the following for the requirement's details:
*******************************************************************************
CLIN0001 Miraphone MI75F Contrac BassTrombone
Professional Contra Bass Trombone. Manufacture Number: MI57F Bell: 10" lacquered yellow brass Bore: .635"Key BBb/F Proficiency Level: Professional Slide: Regular Valve: Single Single F rotor
Manufacturer: Miraphone
Model#: 570067013000700
Model 67
Qty: 1EA
CLIN0002: ValveTrombone
Professional Valve Trombone: Manufacture Number: 2166 .481" bore, 8" yellow brass bell, nickel plated nickel silver pistons, clear lacquer finish
Manufacturer: King
Model#: 2166
Qty: 1EA
CLIN0003: ValveTrombone
Professional Silver Valve Trombone: Manufacture Number: 2166SP .481" bore, 8" yellow brass bell, nickel plated nickel silver pistons, Sliver plated finish
Manufacturer: King
Model#: 2166SP
Qty: 1EA
******************************************************************************
Notes:
Shipping address:
III MEF Band
BLDG#: 5907
Marine Corps Base Camp Foster
Chatan-cho Okinawa Japan
•904-117
It is the quoter's responsibility to furnish sufficient information to the Government in order to determine acceptability of the quoted 'equal' items. Therefore, if "equal" item(s) is quoted, the quoter shall submit all technical specifications for the Government to review in order to determine technical acceptability.
**************************************************************************************
The following provisions and clauses apply to this acquisition:
FAR 52.204-2 Security Requirement (Aug 1996), (more thatn $30,000)
FAR 52.204-7 System for Award Management,
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013)
FAR 52.211-6 Brand Name or Equal (Aug 1999),
FAR 52.211-17 Delivery of Excess Quantities (Sep 1989),
FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jul 2013),
FAR 52.212-2 Evaluation-Commercial Items (Jan 1999),
FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Nov 2013),
FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Sep 2013),
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2015),
FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014),
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011),
FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008),
FAR 52.232-1 Payments (Apr 1984),
FAR 52.232-8 Discounts for Prompt Payment (Feb 2002),
FAR 52.232-23 Assignment of Claims (Jan 1986)
FAR 52.232-33 Payment by Electronic Funds Transfer -System for Award Management (Jul 2013),
FAR 52.233-1 Disputes (Jul 2002),
FAR 52.233-3 Protest After Award (Aug 1996),
FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004),
FAR 52.243-1 Changes- Fixed Price (Aug 1987),
FAR 52.247-34 F.O.B. Destination (Nov 1991),
DFARS 252.203-7000: Requirements Relating to Compensation of Former DoD Officials (Sep 2011),
DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights (Sep 2013),
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011),
DFARS 252.204-7003: Control of Government Personnel Work Product (Apr 1992),
DFARS 252.204-7004 Alternate A, System Award for Management (Feb 2014),
DFARS 252.204-7005 Oral Attestation of Security Responsibilities (Nov 2001),
DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013),
DFARS 252.211-7003 Item Unique Identification and Valuation (Dec 2013),
DFARS 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States (Mar 2006),
DFARS 252.229-7001 Tax Relief (Sep 2014),
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012),
DFARS 252.232-7006 Wide Area Work Flow Payment Instructions (May 2013),
DFARS 252.232-7010 Levies on Contract Payments (Dec 2006),
DFARS 252.243-7001 Pricing of Contract Modifications (Dec 2012),
DFARS 252.246-7006: Warranty Tracking of Serialized Items.(Jun 2011),
Responsible quoters must be active in the System Award for Management in accordance with DFARS 252.204-7004 Alternate A (Feb 2014), and DFARS 252.232-7006 (JUN 2012) Wide Area Work Flow Payment Instructions.
Note: Full text of each FAR and DFARS clause and provision may be accessed electronically at http://farsite.hill.af.mil/
Payment shall be made electronically by DFAS Columbus, utilizing Wide Area Work Flow for CONUS quotes, and by DFAS Yokota Japan for local quotes.
*OVERSEAS SHIPMENTS: This contract is intended for shipment overseas. Therefore, the vendor is required to preserve, package and pack all items. The vendor shall use the best commercial practice for export shipment, to ensure safe delivery to overseas consignee. All items shall be given the degree of preservation and packing to afford protection against corrosion, deterioration, and damage during shipment to its ultimate destination. Any shipping container or palletized load exceeding 200 pounds gross weight shall be provided with skids with a minimum of 3 7/8" clearance for the purpose of handling with a forklift device or lifting lugs that allows for ease in loading/unloading
. Loads in excess of 200 pounds must have 3 7/8" minimum clearance skids
. Wood packaging materials must be ISPM certified
. Truckload shipments greater than 10,000 pounds and/or 800 cubic feet must be palletized
The quoter shall provide its current up to date Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the System for Award Management (SAM) and Wide Area Workflow (WAWF) to be considered for award. The United States Marine Corps utilizes WAWF as its ONLY authorized method to electronically process vendor requests for payment. If your business is not currently registered to use WAWF-RA, visit the WAWF-RA website at https://wawf.eb.mil.