Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2014 FBO #4771
SOLICITATION NOTICE

J -- Service Agreement GE Precision 500D and GE Mini C-Arm 6800 System - STATEMENT OF WORK

Notice Date
12/15/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Oklahoma Area Ofc Claremore Service Unit, Claremore Indian Hospital, 101 South Moore, Claremore, Oklahoma, 74017
 
ZIP Code
74017
 
Solicitation Number
CLA-15-R-0004
 
Archive Date
1/28/2015
 
Point of Contact
Eileen S. Soban, Phone: 9183426511
 
E-Mail Address
eileen.soban@ihs.gov
(eileen.soban@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
IN-SIGHT MEMO, AGREEMENT TO A TEMPORARY WAIVER OF CHARACTER INVESTIGATION (FOR GOVERNMENT CONTRACTORS ONLY) NEW CHILD CARE ADDENDUM, (ADDENDUM TO DECLARATION FOR FEDERAL EMPLOYMENT (OF-306) INDIAN HEALTH SERVICE OF-612, OPTIONAL APPLICATION FOR FEDERAL EMPLOYMENT OF-306, DECLARATION FOR FEDERAL EMPLOYMENT STATEMENT OF WORK 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 solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation number is CLA-15-R-0004 for a service agreement for the GE Precision 500D System ID 918342500D and GE Mini C-Arm 6800 System ID: OEC860956 in accordance with attached Statement of Work at the Claremore Indian Hospital. This solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-79. This acquisition is a 100% total set-aside for small businesses. The associated NAIC code is 811219 and the small business size standard is $20.5M. This acquisition will not be subject to Service Contract Labor Standards. Period of performance is February 1, 2015 - January 31, 2016 with four pre-priced option years. Base Year: February 1, 2015 - January 31, 2016 Qty: 12 Unit: MO Unit Price: ______ Total:______ Option Year 1: February 1, 2016 - January 31, 2017 Qty: 12 Unit: MO Unit Price: ______ Total:______ Option Year 2: February 1, 2017 - January 31, 2018 Qty: 12 Unit: MO Unit Price: ______ Total:______ Option Year 3: February 1, 2018 - January 31, 2019 Qty: 12 Unit: MO Unit Price: ______ Total:______ Option Year 4: February 1, 2019 - October 31, 2020 Qty: 12 Unit: MO Unit Price: ______ Total:______ *Subject to Availability of Next Year's Funds, FAR 52.232-19 incorporated by reference NOTE: A new order will be issued for each option year The provision at FAR 52.212-1 Instructions to Offerors - Commercial applies to this acquisition. http://www.acquistion.gov/far/index.html Offerors are to include a completed copy of the provision found at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition.. Technical Evaluation Criteria: (100 pts) 1. Past Performance: Past performance evaluation shall be made on past performance of service of similar equipment. (70 pts.) 2. References: Submit three (3) references from healthcare facilities located in the North East Oklahoma Area that contractor had performed preventative maintenance and services. (10 pts.) 3. Up Time: Up time for these facilities shall be included. References shall include: Healthcare Facility name, contact name, contract number and telephone number (10 pts.) 4. Best Value: Value of services based on offer that is most advantages to the government by evaluation price and technical factors. (10 pts.) I. Special Conditions The contractor must perform in accordance with Section 231 of the Crime Control Act of 1990, P.L. 101-647 and the Indian Child Protection and Family Violence Prevention Act, P.L. 101-630, and failure to comply with these statutes will result in immediate removal. Contractor and sub-contractor employees who will perform services shall submit to electronic fingerprint and obtain security clearance before they can perform services under this contract. All contractors, consultants, and experts are required to have a suitability determination conducted. If the contractor, consultant, or expert has a private organization or are part of a contract requiring access to or performing work for IHS, he or she must follow security guidance to be granted a security clearance. Contractor shall have contract employees who will perform services complete attached security clearance forms and submit to the Claremore Indian Hospital Acquisition staff. Attached forms are: OF-306, OF-612, Child Care Addendum and "In-Sight" memo. CLAUSES INCORPORATED BY REFERENCE: FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) FAR 52.217-8, Option to Extend Services (Nov 1999) FAR 52.223-6, Drug Free Workplace (May 2001) FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving. (Aug 2011) HHSAR 352.242-71 Tobacco-Free Facilities (Jan 2006); http://www.hhs.gov/policies/hhsar/ Offers are due JANUARY 13, 2015, 2:00 p.m. CST at Claremore Indian Hospital, Support Services, 101 South Moore Avenue, Claremore, Oklahoma 74017. Contact for this solicitation is: Eileen Soban, eileen.soban@ihs.gov. Please submit all questions via e-mail only by December 29, 2014, 2:00 p.m. CST to eileen.soban@ihs.gov and responses posed no later than December 31, 2014. No telephone inquiries will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Claremore/CLA-15-R-0004/listing.html)
 
Place of Performance
Address: CLAREMORE INDIAN HOSPITAL, RADIOLOGY DEPARTMENT, 101 S. MOORE AVE., CLAREMORE, Oklahoma, 74017, United States
Zip Code: 74017
 
Record
SN03596029-W 20141217/141215234504-6031d22d1f38a0d4cbed4dc561d87400 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.