Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 23, 2023 SAM #8061
SOLICITATION NOTICE

J -- Base Year + 4 Option Years for Preventative maintenance and Service Agreement on the existing Hologic Selenia Dimensions 3D Mammography System.

Notice Date
12/21/2023 11:51:42 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
 
ZIP Code
73114
 
Solicitation Number
246-24-Q-0027
 
Response Due
12/28/2023 2:00:00 PM
 
Archive Date
01/12/2024
 
Point of Contact
Amber Chavez
 
E-Mail Address
amber.chavez@ihs.gov
(amber.chavez@ihs.gov)
 
Small Business Set-Aside
BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
 
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) # 246-24-Q-0027.��Submit only written quotes for this RFQ. This solicitation is 100% BUY INDIAN SET ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-06.� The associated NAICS code is 811210. This RFQ contains five (5) Line Items for a Base plus four option years: CLIN� � � � � � � � � � � � � �DESCRIPTION� � � � � � � � � � � � � � � � � � � � � � � � � � � � �QTY� � � � � � � � � � � � � � � � � �UNIT 0001�04/07/2024 � 04/06/2025 � Base Year � The contractor shall provide annual service and preventative maintenance inspection coverage on Selenia Dimensions 3D Mammography Machine in accordance with the attached statement of work.� � � 1.00� �EA 0002�04/07/2025 � 04/06/2026 � Option Year �1� The contractor shall provide annual service and preventative maintenance inspection coverage on Selenia Dimensions 3D Mammography Machine in accordance with the attached statement of work. 1.00� � EA 0003�04/07/2026 � 04/06/2027 � Option Year 2� The contractor shall provide annual service and preventative maintenance inspection coverage on Selenia Dimensions 3D Mammography Machine in accordance with the attached statement of work. 1.00� � �EA 0004�04/07/2027 � 04/06/2028 � Option Year 3� The contractor shall provide annual service and preventative maintenance inspection coverage on Selenia Dimensions 3D Mammography Machine in accordance with the attached statement of work. 1.00� � �EA 0005�04/07/2028 � 04/06/2029 � Option Year 4� The contractor shall provide annual service and preventative maintenance inspection coverage on Selenia Dimensions 3D Mammography Machine in accordance with the attached statement of work. 1.00� � �EA PERIOD OF PERFORMANCE: Base Year:������� ������04/07/2024 � 04/06/2025 Option Year One:��� 04/07/2025 � 04/06/2026 Option Year Two:��� 04/07/2026 � 04/06/2027 Option Year Three: 04/07/2027 � 04/06/2028 Option Year Four:�� 04/07/2028 � 04/06/2029 Vendor Technical Requirements: �The contractor shall provide preventative maintenance inspections along with full maintenance and repair support service in accordance with manufacturer requirements, specifications, guidelines, checklists, revisions and addendum modifications for the existing Hologic Selenia Dimensions 3D Mammography System (1). Support and Maintenance shall be inclusive of, but not limited to: CAD System Cosmetic Repairs Field Modifications (FMI) Software Upgrades with licensed patented software applications Operating in-service trainings Maintenance agreement shall provide all parts and labor All-inclusive with parts, travel, per diem and labor, short of negligence. Replacement parts shall be original equipment manufacturer parts. One-hour phone response for technical/service calls. 24-hour on-site response time by field engineer. Technical support by phone from local engineer. On-line remote service for troubleshooting and diagnostics purposes. Submit Quotes no later than: 12/19/2023 04:00p.m. CDT� to the Following Point of Contact: �via Email: amber.chavez@ihs.gov. Evaluation:� FAR 52.212-2 Evaluation -- Commercial Items (NOV 2021) (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: Lowest Price Technically Acceptable Evaluation Factors: Offers shall be an authorized Hologic representative of reseller. Vendor shall only use Hologic manufacture parts for maintenance and servicing. Submit Indian Economic Enterprise Representation Form To be considered technically acceptable, items must meet the following: The contractor shall provide preventative maintenance inspections along with full� maintenance and repair service (8:00 am � 5:00 pm, Monday thru Friday), for the identified mammography systems and their locations (Exhibit 1) that will include all travel, labor and parts on all systems, associated with PM calibration and repairs. Cosmetic repairs, FMI�s, software upgrades and operator in-service training are to be performed during services. Replacement parts must be ordered on day of on-site response, with a next day delivery and warranty on parts supplied/replaced as needed while under contract. Provide a 95% or greater percentile of guaranteed equipment up-time status operating according to manufacture design specifications, based upon average 6 month period. Provide local FE technical phone support for health facility radiology department at no charge during contract hours. Provide an in-site on-line diagnostic network with manufacturer engineers for technical and diagnostic support services available all hours at no charge. Contractor�s replacement parts shall be original equipment manufacturer parts. System software applications shall be license patented. The contractor shall provide Radiology with electronic or physical hard copy of PM, service, and repair reports per each site visit on Mammography systems covered by this contract. 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 (SEP 2023); FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (NOV 2023) (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 (NOV 2023); FAR 52.212-5 (DEC 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 http://farsite.hill.af.mil. 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/dd398bb8ee4d4b9fbab16a8b256e9d57/view)
 
Place of Performance
Address: Pawnee, OK 74058, USA
Zip Code: 74058
Country: USA
 
Record
SN06919608-F 20231223/231221230045 (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.