Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2016 FBO #5489
SOLICITATION NOTICE

J -- Preventative Maintence for Steris Sterilization Systems - Scope of Work

Notice Date
12/1/2016
 
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, Navajo Area Office, PO Box 9020, Window Rock, Arizona, 86515
 
ZIP Code
86515
 
Solicitation Number
IHS1308932
 
Archive Date
12/31/2016
 
Point of Contact
Michelle A. James, Phone: 505-722-1553, Natasha Chee, Phone: 5057221551
 
E-Mail Address
michelle.james@ihs.gov, natasha.chee@ihs.gov
(michelle.james@ihs.gov, natasha.chee@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Scope of Work The Navajo Area Indian Health Services, Gallup Indian Medical Center (GIMC), Purchasing Department has a requirement for Preventative Maintenance Services for the Sterilizers and Processors located at Gallup Indian Medical Center, Gallup, New Mexico. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as 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. The solicitation number for this acquisition is IHS1308932. The solicitation is issued as a request for quotation (RFQ) using FAR Part 12 Commercial Items and FAR Part 13 Simplified Acquisition Procedures. This solicitation document and its incorporated provisions are those in effect through the Federal Acquisition Circular (FAC) 2005-92, effective November 18, 2016. The North American Industry Classification System (NAICS) Code for this acquisition is 811219 - Other Electronic and Precision Equipment Repair and Maintenance with a business size standard of $20.5 Million. Fee Schedule: Contractor shall indicate below the Total Cost to perform stated services, in accordance with Scope of Work. Total Cost shall be inclusive of labor, travel, per diem, tools, equipment, technical, materials, supplies, and federal/state/local taxes and all other necessary expenses to perform Preventive Maintenance (PM) and unscheduled maintenance in accordance with the attached Scope of Work. CLIN # Description Total Cost 001 BASE YEAR - One year of Preventative Maintenance for $ Steris Sterlizer Systems 002 OPTION YEAR ONE - One year of Preventative Maintenance $ for Steris Sterilizer Systems 003 OPTION YEAR TWO - One year of Preventative Maintenance $ for Steris Sterilizer Systems Period of Performance: The period of performance will be for one (1) base year with two (2) one-year option periods: Base Year January 1, 2017 December 31, 2017 First Year Option January 1, 2018 December 31, 2018 Second Year Option January 1, 2019 December 31, 2019 The government intends to award one firm fixed-price award to the offeror whose offeror will be most advantageous to the Government, price and other factors considered. The Government shall evaluate offers based on the following factors: • Technical Capability - Provide evidence of trained and certified Personnel, Technical Support and Field Engineers, capable of servicing equipment • Logistics. - Provide evidence of Contractor capable of responding to scheduled services • Past Performance - Contractor shall provide evidence of performing similar scope within the past three (3) years. Place of Performance: Gallup Indian Medical Center, 516 E. Nizhoni Blvd, Gallup, NM 87301. FOB shall be destination, if applicable. Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Item. Responsible sources must be registered and active in the System for Award Management (SAM) database, website accessed through http://www.acquisition.gov. Clauses included in this combined solicitation/synopsis are not all inclusive. Clauses included on any ensuing award may include all or some of the below clauses. Contractor's should assume that all of the below clauses are applicable to this acquisition. Additional clauses may also be added at the discretion of the contracting officer upon award Applicable FAR provisions and clauses that apply to this acquisition: Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer, or submit a printout to their Online Reps and Certs. FAR 52.212-1, Instructions to Offerors - Commercial Items (OCT 2016); FAR 52.212-2 Evaluation - Commercial Items (OCT 2014); FAR 52.212-4, Contract Terms and Conditions - Commercial Items (MAY 2015); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (NOV 2016); FAR 52.204-7, System for Award Management (OCT 2016); and 52.232-18, Availability of Funds (APR 1984), FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013). Under FAR 52.212 5, paragraph (b), the Contracting Officer has indicated that the following clauses are incorporated by reference: 52.203-5 Covenant against Contingent Fees (MAY 2014), 52.203-6 Restrictions on Subcontractor Sales to the Government. (SEP 2006), 52.203-7 Anti-Kickback Procedures (MAY 2014), 52.203-17 - Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014), 52.211-5 Material Requirements (AUG 2000), 52.219-14 Limitations on Subcontracting. (NOV 2011), 52.222-3 Convict Labor (JUN 2003), 52.222-21, Prohibition of Segregated Facilities (APR 2015), 52.222-26, Equal Opportunity (SEPT 2016), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008). In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at https://www.sam.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in SAM at https://www.sam.gov/ prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation [Note: Lack of registration in the System for Award Management will make an offeror ineligible for award.] All responsible sources may submit an offer that will be considered by the Agency. The Defense Priorities and Allocations System (DPAS) and assigned rating does not apply to this requirement. All responsible offerors shall submit the following NO LATER THAN 11:00 AM MDT, December 16, 2016. Fax submissions are not authorized. A. Fee Schedule: 1) Total Cost of Fee Schedule 2) Detailed price quote for PM Services B. Responses to Evaluation Factors. Any questions, please contact Michelle James at michelle.james@ihs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Navajo/IHS1308932/listing.html)
 
Place of Performance
Address: 516 E. Nizhoni Blvd, Gallup, New Mexico, 87301, United States
Zip Code: 87301
 
Record
SN04339952-W 20161203/161201233921-1b717f671b59a88d426ed767259fc6eb (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.