Federal Bid

Last Updated on 11 Jul 2019 at 2 AM
Combined Synopsis/Solicitation
Colorado

Loree Royale Oboe

Solicitation ID BB-15-012
Posted Date 21 May 2015 at 8 PM
Archive Date 10 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa2517 21 Cons
Agency Department Of Defense
Location Colorado United states
 

(i)  This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation.

(ii)  BB-15-012 Loree Royale Oboe is being issued as a Request for Quotation (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-82. 

(iv) This acquisition is being procured as a Small Business set aside.  The NAICS code for this requirement is  339992 - Musical Instrument Manufacturing.  The size standard is $11M and a single award will be made as a result of evaluation of quotes received. 

(v) The commercial item is listed in Attachment 3, Equipment and Specifications list. The item being acquired is for delivery to Peterson AFB, Colorado.  

 (vi) DESCRIPTION: One (1) Loree Royale Oboe. (See attachment 3)

(vii)  Delivery terms are 30 days after date of contract award.  FOB Destination shipped to Peterson AFB, CO.

(viii) Provision FAR 52.212-1 -- Instructions to Offerors -- Commercial Items, applies to this acquisition.  The following addenda apply to this provision. 

(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in section IV of this solicitation. 

(ix)  FAR 52.212-2 -- Evaluation -- Commercial Items

(a) 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 factors and other considered. Award will be made using a Lowest Price technically Acceptable (LPTA) approach; the Government will award to the lowest priced offeror that is determined technically acceptable. The following factors shall be used to evaluate offers.

(1) Factor 1:  A vendor's quotation will be considered technically acceptable if it matches Attachment 3 (Equipment and Specifications list) as provided. Quotations that do not meet the technically acceptable criteria of this requirement will be considered unacceptable and will not be considered for award.

 

Failure to provide quotes on the exact item listed in attachment 3 will result in the response being considered Non-Responsive.

 

(2)  Factor 2:  Price will be evaluated in order to determine if it is reasonable in accordance with FAR Parts 13.106-3 and 15.4.  Offers should be sufficiently detailed to demonstrate their reasonableness. 

 

(b) AWARD PROCESS: The Government will first evaluate all quotations on an acceptable/unacceptable basis.  Acceptable quotes will then be ranked according to price.  The lowest priced offeror who is technically acceptable will receive the award.  The award will be made to that offeror without further consideration of any other offerors.

 

(c) A written notice of award or acceptance of the offer, mailed or otherwise furnished to the offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept the offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(x) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items, with Alternate I, is applicable to this acquisition.  Ensure all Representations and Certifications are updated in SAM. See Attachment 1, Contractor Submittal Form, for full text and applicable fill-ins.

(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to the acquisition.

(xii) The clause at FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEVIATION), applies to this acquisition.  See Attachment 1 for full text. 

Additional terms and conditions apply to this solicitation and are found in Attachment 1 Terms and Conditions.

(xiii) The Defense Priorities and Allocation Systems (DPAS) does not apply to this request for quote.

(xiv) Contractor Submittal Form, must be fully completed and submitted with the offeror' s quote.  Quotes are due via e-mail not later than 2:00 PM, MST Fri, 29 May 2015.  If you have any questions, please submit them in writing not later than 2:00 PM, MST Thurs, 28 May 2015.  All quotes and questions (if applicable) should be submitted to [email protected].  All communications with the requiring activity concerning this solicitation shall cease until the award is announced.  During this period, interaction is only allowed with the Contracting Officer and the Contract Specialist. 

(xv)  For additional information regarding this solicitation please contact Contract Specialist SSgt Forrest Browne at [email protected], or Contracting Officer Darrell Ross  [email protected].  Ensure you reference the solicitation number in the Subject Line. 

 

 

 

                                                                                

 

 

Attachments:  4

•1.       Terms and Conditions

•2.       Contractor Submittal Form

•3.       Equipment and Specifications list

•4.       Instructions for Quote Submittal

Bid Protests Not Available

Similar Past Bids

Location Unknown 09 Apr 2015 at 7 PM
Millington Tennessee 02 Jul 2018 at 4 PM
Fort meade Maryland 11 Jul 2011 at 12 PM
Fort meade Maryland 16 Jul 2018 at 1 PM
Fort meade Maryland 14 May 2018 at 12 PM

Similar Opportunities

New york New york 12 Dec 2025 at 5 PM
Forrest city Arkansas 21 Jul 2025 at 6 PM
Forrest city Arkansas 15 Jul 2025 at 7 PM
Austin Texas 18 Jul 2025 at 7 PM
Washington District of columbia 23 Jul 2025 at 6 PM