Skip to main content

An official website of the United States government

You have 2 new alerts

Acoustic Audio Booth

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: Solicitation (Updated)
  • Updated Published Date: Jul 19, 2022 03:51 pm EDT
  • Original Published Date: Jul 12, 2022 11:39 am EDT
  • Updated Date Offers Due: Jul 25, 2022 05:00 pm EDT
  • Original Date Offers Due: Jul 25, 2022 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 09, 2022
  • Original Inactive Date: Aug 09, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
  • Place of Performance:
    Wright Patterson AFB , OH 45433
    USA

Description

SOLICITATION –Acoustic Audio Booth

This solicitation, which is expected to result in the award of a firm-fixed-price contract for an Acoustic Audio Booth for the Wright Patterson Medical Center Audiology Department, Bldg 675, Area B, 2325 5th Street, Wright Patterson AFB, Ohio 454339 as described under the requirements section of this solicitation or accompanying requirements attachment. This solicitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.  This will be a competitive FAR Part 13 acquisition using simplified acquisition procedures and is not subject to FAR 15.3 source selection procedures.  Accordingly, the Government is not obligated to determine a competitive range, conduct discussions with all or any Offerors, solicit final proposal revisions, or use other techniques associated with FAR 15.3.  The Contracting Officer reserves the right to conduct Interchanges with one, some, none or all Vendors at its discretion.  This announcement constitutes the only solicitation. An award, if any, will be made to the responsible Offeror who submits a quote that:

                                                                                                                

1.  Conforms to the requirements of the solicitation (see attached SOW)

2.  That receives a rating of “Acceptable” on the Technical Capability evaluation factor.

3.  That submits the quote with the lowest total evaluated price (TEP), provided that the

     TEP is not unbalanced and is fair and reasonable.

*Please include the total proposed price in the submission email or on a cover page of the quote.

Submittal of quotes in response to this solicitation constitutes agreement by the Offeror of all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract.  It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website https://www.acquisition.gov/.

The solicitation number for this requirement is FA860122Q0109 and is hereby issued as a Request for Quotes (RFQ) using FAR subpart 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures.

NAICS Code: 339112 – Surgical and Medical Instrument Manufacturing with a size standard of 1,000 employees.

Acceptable means of Submission:  All submissions must be submitted electronically to the following email address danara.barlow@us.af.mil by 25 July 2020 5:00 PM EST.

Any correspondence sent via e-mail must contain the subject line “FA860122Q0109, “Acoustic Audio Booth” The entire quote must be contained in a single e-mail, unless otherwise approved. E-mails with compressed files will not be accepted.  Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files).  Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson.  If sending attachments with the email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent. The email filter may delete any other form of attachments.

See attached solicitation for applicable clauses.

Delivery Schedule:                  4 Weeks after contract award

Delivery Destination:              

4881 Sugar Maple Dr. Area A, Bldg Wright-Patterson AFB, OH 45433

Delivery Type:  FOB Destination (As defined in FAR 2.101—Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.)

Inspection and Acceptance:  Both inspection and acceptance will be by the Government at Destination.

The anticipated award is Firm-Fixed Price – Lowest Price Technically Acceptable  

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.  Technical Capability and Price will be used to evaluate all offers.

The quotations may be in any format but MUST include:

1.  Proposing company’s name, address, DUNS number, Cage Code, and TIN

2.  Point of contact’s name, phone, and email

3.  Quotation number & date

4.  Timeframe that the quote is valid

5.  Individual item price

6.  Total price including shipping (Net 30), No Progress Payments

7.  Shipping (FOB Destination)

8.  Delivery Schedule

Important Notice to Contractors:  Quotations MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements listed in the SOW.  The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the Offeror.  Before price is considered, the proposal must meet the technical specifications of this solicitation.

Important Notice to Contractors:  All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract.  SAM can be accessed at https://www.sam.gov.  Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests.  Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form.  Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement.  Use of the basic system is at no cost to the contractor.  Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com.  Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/.

Contact Information

Contracting Office Address

  • CP 937 656 5842 1940 ALLBROOK DR BLDG 1 RM 109
  • WRIGHT PATTERSON AFB , OH 45433-5344
  • USA

Primary Point of Contact

Secondary Point of Contact

History