Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 04, 2023 SAM #7889
SOLICITATION NOTICE

J -- GE Optima XR 646 2-D Radiographic System preventative maintenance and repair support services.

Notice Date
7/2/2023 5:13:18 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
 
ZIP Code
73114
 
Solicitation Number
246-23-Q-0134
 
Response Due
7/10/2023 12:00:00 PM
 
Archive Date
07/25/2023
 
Point of Contact
Amber Chavez, Phone: 9187626614
 
E-Mail Address
amber.chavez@ihs.gov
(amber.chavez@ihs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ) # 246-23-Q-0134 to establish a Base Year + 4 Option Years for��� Preventative Maintenance and Support Services. Submit only written quotes for this RFQ. This solicitation is a TOTAL SMALL BUSINESS SET-ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. The associated NAICS code is 621512. This RFQ contains Five (5) Line Items: CLIN� � � � � � � � � � DESCRIPTION� � � � � � � � � � � � � � � � � � � � � � � � ITEMS 0001� � � � � Base Yr. 08/01/2023 � 07/31/2024� � � � � � � ��PM and Support Services 0002� � � � �Option Yr. 1��� 08/01/2024 � 07/31/2025� � � � �PM and Support Services 0003� � � � �Option Yr. 2��� 08/01/2025 � 07/31/2026� � � � �PM and Support Services 0004� � � � �Option Yr. 3��� 08/01/2026 � 07/31/2027� � � � �PM and Support Services 0005� � � � �Option Yr. 4��� 08/01/2027 � 07/31/2028� � � � �PM and Support Services PERIOD OF PERFORMANCE Base Year � 08/01/2023 � 07/31/2024 Option Year 1 � 08/01/2024 to 07/31/2025 Option Year 2 � 08/01/2025 to 07/31/2026 Option Year 3 � 08/01/2026 to 07/31/2027 Option Year 4 � 08/01/2027 to 07/31/2028 VENDOR REQUIREMENTS SEE ATTACHED STATEMENT OF WORK (SOW) FOR A DETAILED DESCRIPTION OF THE SERVICES THE GOVERNMENT REQUIRES.� Submit Quotes no later than: 07/07/2023 2:00p.m. CDT to the Following Point of Contact: Amber Chavez, Purchasing Agent, via Email: amber.chavez@ihs.gov. EVALUATION FAR 52.212-2 Evaluation -- Commercial Products and Commercial Services (completed as follows): (a) The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: This will be a lowest price technically acceptable solicitation to lead to a firm fixed price contract. The solicitation will be open for the required length of time and the proposals will be evaluated by a panel of Medical Imaging personnel within Pawnee Indian Health Center. Technical factors will be more heavily weighted than price and past performance. The source selection will look at the evaluation factors from the combined synopsis/solicitation. The following factors shall be used to evaluate offers: Technical capability of the item offered to meet the Government requirement: The expected capability shall be qualification to perform preventative maintenance and repairs (Certified Engineer) and familiarity with the GE Optima 646 equipment, etc. Price Past Performance (b)�Options. The Government will evaluate�offers�for award purposes by adding the total price for all�options�to the total price for the basic requirement. The Government�may�determine that an�offer�is unacceptable if the�option�prices are significantly unbalanced. Evaluation of�options�shall�not obligate the Government to exercise the�option(s). **Vendor must be registered through SAM (System for Award Management). This solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below. Terms and conditions other than those stated will not be accepted. The above pricing is all inclusive. PROVISIONS The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (the offeror should include a completed copy of this provision with their quote). CLAUSES The following FAR clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Items (DEC 2022); FAR 52.212-5 (JUN 2023), Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items (to include the following clauses sited): FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-8; FAR 52.219-13,; FAR 52.219-28,; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated� Facilities;� FAR� 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50,� Combating� Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies� to Ban text Messaging While Driving; FAR 52.225-1, Buy American Act--Supplies; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.222-41,FAR 52.222-43 Fair Labor Standards Act and Service Contract Act � Price Adjustment.� The� above� Provisions� and� Clauses� may� be obtained via internet at www.acquisitions.gov. MISCELLANEOUS NO FAX QUOTATIONS ELECTRONIC SUBMISSIONS � SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (amber.chavez@ihs.gov) All contractors must be registered in the System for Award Management database located� at https://www.sam.gov/sam/ prior to any contract award. Please submit the following information with each quote: Vendor Name, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability. Failure to provide sufficient technical detail may result in rejection of your quote.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/13f1a87cbaeb460580d7b9f9882794fe/view)
 
Place of Performance
Address: Pawnee, OK 74058, USA
Zip Code: 74058
Country: USA
 
Record
SN06734948-F 20230704/230702230035 (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 |
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.