SOLICITATION NOTICE
J -- Ventilator Maintenance and Calibration Services
- Notice Date
- 1/2/2020 4:44:08 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- U S NAVAL HOSPITAL GUAM FPO AP 96538 USA
- ZIP Code
- 96538
- Solicitation Number
- N6809620Q0005
- Response Due
- 1/15/2020 7:00:00 AM
- Archive Date
- 01/16/2020
- Point of Contact
- Regel A. Agahan, Phone: 6713447073
- E-Mail Address
-
regel.a.agahan.civ@mail.mil
(regel.a.agahan.civ@mail.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The Request for Quote number is N6809620Q0005.�Provisions and clauses in effect through Federal Acquisition Circular 2019-05 are incorporated.� The proposed North American Industry Classification System (NAICS) Code is 811219 - Medical and surgical equipment repair and maintenance services. This requirement will be competed other than full and open � (The agency�s need is for Medtronic OEM certified/qualified service technicians) only qualified offerors may submit proposals. Per FAR 4.1101 Offerors are required to be registered in SAM at the time an offer or quotation is submitted in order to comply with the annual representations and certifications requirements.� The US Naval Hospital Command intends to negotiate with vendors to procure the following: 1. Preventive Maintenance and Calibration on existing Medtronic ventilator equipment at USNH Guam. See statement of work (Page 3. SF1449) and Equipment Listing information on Appendix 1.(Page 5. SF1449) attached.� Ship to Address: US Naval Hospital Guam Building 50 Farenholt Rd. Agana Heights Guam 96910 The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition. There are no addenda to this provision. The provision at FAR 52.212-2, Evaluation--Commercial, applies to this acquisition and is tailored as follows: Addenda to FAR 52.212-2: (a)The Government intends to award a contract resulting from this solicitation to the Lowest priced technically acceptable (LPTA) responsible offeror. Evaluation of Price will be based on the offeror's total price for all line items as delivered directly to US Naval Hospital Guam. The following factors will be used to evaluate quotations/offers: (i) Price (ii) Technical Acceptability (b) N/A (c) (Added) Basis of Award. A written notice of award or acceptance of a quotation/offer, mailed or otherwise furnished to the successful 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 a quotation/offer (or part thereof), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award: (i) Price. Initially quotations/offers will be ranked according to price. The price evaluation will document the reasonableness and affordability of the proposed total evaluated price. An offeror's proposed total price will be determined by multiplying the quantities identified in the Pricing Schedule by the unit price for the line item to confirm the extended amount of each. The government will identify the offeror that proposed the lowest price and determine whether its price is reasonable. If the price is reasonable, the government will evaluate the lowest priced offer for technical acceptability and rate it either ""Acceptable"" or ""Unacceptable"" (ii) Technical Acceptability. To be rated technically acceptable, the offeror must meet the requirements of the solicitation, including, but not limited to, completion and timely submission of the following: A firm Fixed Price quotation - Price Factor, Offers will be evaluated to ensure reasonableness and completeness. Original Equipment Manufacturer (OEM) certified training certificates. The appropriate section(s) of FAR provision 52.212-3. One of the following two technical acceptability ratings will be assigned to that offeror: ACCEPTABLE Based on the submittal of the documents required per (ii) above, the offeror has met the requirements of the solicitation and the government has a reasonable expectation that the offeror understands the required effort. UNACCEPTABLE Based on not submitting the documents required in (ii) above, the offeror has not met the requirements of the solicitation and the government has no reasonable expectation that the offeror understands the required effort. If the lowest price offeror is rated technically acceptable, that offeror represents the best value for the government and the evaluation process stops at this point. The government will award the contract to that offeror without further considering any other offers. If the lowest price offeror does not receive an �Acceptable� technical rating, the government will identify the next lowest quotation/offer and repeat the process. The steps in (c) will continue until the government arrives at the lowest priced technically acceptable offeror. The provision at FAR 52.212-3, ALT I, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. There are no addenda to this clause. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders --Commercial Items, applies to this acquisition. Clauses marked with a ""XX"" under 52.212-5 also apply to this notice. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Deviation 2018-O0021)(Sep 2018), applies to this acquisition. There are no addenda to this clause. To access all clauses referenced in this notice, visit http://farsite.hill.af.mil/ INSTRUCTIONS TO OFFEROR Introduction and Purpose - This section specifies the format and content that offerors shall use in this Request for Proposal (RFQ).� The intent of the instructions is to ensure a certain degree of uniformity in the format of the responses for evaluation purposes. Offerors shall submit a quotation that is legible and comprehensive enough to provide the basis for a sound evaluation by the Government.� Information provided shall be precise, factual, and complete.� Legibility, clarity, completeness, and responsiveness are of the utmost importance.� Quotations shall be in the form prescribed by, and shall contain a response to, each of the areas identified.� Any quotation which does not provide, as a minimum, that which is required in this solicitation may be determined to be substantially incomplete and not warrant any further consideration.� A complete price quotation, to include (1) Firm-Fixed Price, (2) OEM Training Certificates, and (3) The appropriate section(s) of FAR provision 52.212-3 by the closing date specified in this solicitation. TECHNICAL PROPOSAL INSTRUCTIONS � Offerors shall provide sufficient technical documentation to allow for thorough evaluation of proposal. Additionally, the vendor shall fully explain their ability to meet the requirements. (Provide capability statement) PRICE PROPOSAL INSTRUCTIONS Offeror shall specify the Total Price. Provide Unit price and Total Price for each Contract Line Item Number (CLIN) (Page 6-7. SF1449) Shipping shall be FOB destination. Offers will be evaluated to ensure reasonableness and completeness. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. OTHER ADMINISTRATIVE INSTRUCTIONS: The vendor shall provide company details, specifically: Complete company name and physical address: e-mail address: Phone Number: Current and valid Tax Identification Number (TIN): Current and valid CAGE Code: Current and valid DUNS number: Offerors must be able to utilize the Wide-Area-Work-Flow (WAWF) electronic invoicing as a method of payment. You can access the WAWF at https://wawf.eb.mil. Follow the step-by-step procedures for self-registration available. SUBMISSION OF PRICE QUOTATION: Only email proposals will be accepted. (Email can be no larger than 5 MB, multiple emails will be accepted)� Email proposal as attachment to Regel A. Agahan, Email: regel.a.agahan.civ@mail.mil � *Quotations are due not later than Wednesday 10:00 A.M. EST on 15 January 2020. No phone calls accepted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/eff5aa6f420d41989c6d9d28f4121eee/view)
- Place of Performance
- Address: Agana Heights, GUM
- Country: GUM
- Country: GUM
- Record
- SN05525750-F 20200104/200102230142 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |