Michigan Bids > Bid Detail

BAND EQUIPMENT

Agency:
Level of Government: Federal
Category:
  • 77 - Musical Instruments, Phonographs, and Home-Type Radios
Opps ID: NBD00159950133468053
Posted Date: Mar 19, 2024
Due Date: Apr 2, 2024
Source: https://sam.gov/opp/10b3f9ecc8...
Follow
BAND EQUIPMENT
Active
Contract Opportunity
Notice ID
W912JB24Q0017
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NF USPFO ACTIVITY MI ARNG
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 19, 2024 01:52 pm EDT
  • Original Date Offers Due: Apr 02, 2024 12:30 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7710 - MUSICAL INSTRUMENTS
  • NAICS Code:
    • 339992 - Musical Instrument Manufacturing
  • Place of Performance:
    Lansing , MI 48906
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, FAR 13 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.





1.0 REQUEST FOR QUOTE



1.1 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02.



1.2 Set aside is 100% Small Business.



1.3 Applicable size standard is 1000 employees.



1.4 Delivery shall be at Michigan National Guard, Joint Forces Headquarters, 3405 N MLK JR BLVD, Lansing Michigan 48906.



1.4.1 Delivery shall be by 30 May 2024 unless negotiated.



1.5 Item: The following items to be purchased.



1.5.1 Timpani Case 32-inch, Quantity 1



1.5.2 Timpani Case 29-inch, Quantity 1



1.5.3 Timpani Case 26-inch, Quantity 1



1.5.4 Timpani Case 23-inch, Quantity 1



1.5.5 Drum Snare, Carrier and Case, Quantity 3



1.5.6 Drum Bass, Carrier and Case, Quantity 1



1.5.7 Requirement details are on Attachment A – Product Specifications



1.6 Refer to Attachment B for applicable clauses





2.0 QUOTE FORMAT



2.1 Refer to clause 52.212-1 Instructions to Offerors for preparation of the quote. An SF1449 is not required in accordance with FAR 12.603(b).



2.2 Offers should include the solicitation number, contractor name and address, point of contact name, phone and email address, CAGE code, unique entity identifier, tax identification number, and expiration date of pricing (minimum of 60 days).



2.3 Pricing shall be the total amount of the band equipment.



2.4 The proposal shall not contain citations or active links to internet pages. Any linked information will not be accepted and removed from the proposal.



2.5 Questions due: 27 March 2024, 12:30 pm Eastern Standard Time (EST). 1 week prior to Solicitation.



Questions must be submitted via email to artwanettel.franklin.civ@army.mil. Questions will not be answered via telephone.



2.6 Quotes due: 2 April 2024 – 12:30 p.m. Eastern Standard Time (EST)



The Government reserves the right to require minor clarifications or to hold discussions. However, the Government may award without requesting clarification for ambiguity.





3.0 Product Specification



3.1 The proposal shall present relevant information articulating the offeror’s proposed approach to meeting the Product Specifications requirements. This section shall clearly demonstrate the offeror’s understanding by providing a clear description of the proposed products to meet the requirements in the specifications.





4.0 EVALUATION



4.1 The offer will be evaluated for price reasonableness compared to the governments anticipated pricing.



4.2 The offer should provide the total price inclusive of total equipment.



4.3 The government intends to award to the responsible company whose quote, conforming to the solicitation, is most advantageous to the government based on price and other factors that provide the best value.



4.4 Best value will be determined by evaluating price, past performance, and proposed approach. Proposed approach will be rated as acceptable or unacceptable.



4.5 Unsatisfactory action in FAPIIS or SPRS in the last three years may render your quote unacceptable.





5.0 SAM REGISTRATION/JOINT VENTURE



In accordance with Class Deviation 2023-O0001 effective October 28, 2022, a small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories: A) Small business; (B) Service-disabled veteran-owned small business; (C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB Program; or (E) Historically underutilized business zone small business.





6.0 AWARD



6.1 In accordance with FAR 12.207, a firm-fixed contract shall be issued.



6.2 The contractor shall communicate with the Contracting Administrator to provide an ETA of delivery



7.0 BILLING INSTRUCTIONS



7.1 Invoice terms are Net 30 days.



7.2 Invoices must be for supplies shipped. Invoices will not be accepted for billing future deliveries.



7.3 Inspection and acceptance will be at Lansing, Michigan.



7.4 Contractor should submit one invoice for shipment. No partial invoices will be acceptable.



7.5 Invoices must be submitted through Wide Area Workflow (https://piee.eb.mil).



7.5.1 Instructions are on clause 252.232-7006.



7.5.2 The invoiced amount for the CLIN shall not exceed the unit of issue amount.



7.5.4 The Acceptor has seven days to inspect the submitted invoice, and seven days to accept or reject the invoice. Once accepted, the request is submitted to the USPFO Pay Office for processing; when approved, the request is sent to DFAS for EDI transmission to the contractor.


Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR MIARNG DO NOT DELETE 3405 N MARTIN LUTHER KING BLVD
  • LANSING , MI 48906-2934
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 19, 2024 01:52 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >