SOLICITATION NOTICE
J -- STRYKER EMS Preventive Maintenance and Repair Service
- Notice Date
- 1/21/2024 3:00:25 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811210
—
- Contracting Office
- NAVSUP FLC YOKOSUKA SASEBO OFFICE FPO AP 96322-1500 USA
- ZIP Code
- 96322-1500
- Solicitation Number
- N6824624Q0009
- Response Due
- 1/17/2024 5:00:00 PM
- Archive Date
- 02/02/2024
- Point of Contact
- Rafael Eladio Battung, Phone: 6713395528, Jason Perez, Phone: 6713395526
- E-Mail Address
-
rafaeleladio.m.battung.civ@us.navy.mil, jason.q.perez.civ@us.navy.mil
(rafaeleladio.m.battung.civ@us.navy.mil, jason.q.perez.civ@us.navy.mil)
- Small Business Set-Aside
- 8AN 8(a) Sole Source (FAR 19.8)
- Description
- Amendment 00001 - The purpose of this amendment�is to extend the due date and time of offers. Amendment 00002 - The purpose of this amendment�is to reflect changes to quantities within the following documents: (a) Justification and Approval and (b) SOW Ambulance Equipment. ***All previously submitted quotes must be resubmitted after the posting of this amendment in order to be considered for award.*** This is a combined synopsis/solicitation for a commercial service requirement 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 a sole source requirement and is not being set-aside for small businesses. The proposed contract action is for services which the Government intends to solicit and negotiate a Firm Fixed Price contract with only one source, Stryker Sales, LLC dba Stryker Medical, cage code 75AF1. Solicitation number is N6824624Q0009 and is being issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through: Federal Acquisition Circular (FAC) 2023-02 This requirement is not a Small Business Set-Aside and the SBP concurs with the set-aside determination. The associate NAICS code is 811210 - Electronic and Precision Equipment Repair and Maintenance and the small business size standard is $34,000,000.00. See attachment (a) � Quotation Sheet for a list of line item number(s) and items, quantities, and units of measure (including option(s), if applicable). The Government requires a firm fixed price (FFP) type contract for one base year with an additional two optional years to provide preventive maintenance and repair services for STRYKER Brand Emergency Medical Systems (EMS). See attachment (1) � Statement of Work for the description of the requirements. A contract for the base period will be awarded for the quoter determined to be most advantageous to the Government, price and other factors considered in accordance with Attachment (c) 52.212-2, Evaluation-Commercial Products and Commercial Services. ������� The base period and option periods are as follows: Base Year� � � � � � � � � � 365 Days Option Year 1� � � � � � ��365 Days Option Year 2� � � � � � � 365 Days The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. See Attachment (b) Addendum to 52.212-1 for additional instructions. The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. See Attachment (c) 52.212-2, Evaluation-Commercial Products and Commercial Services for the description of the evaluation procedures to be used. Do NOT submit a completed copy of the provision at (DEVIATION 2023-O0002), Offeror Representations and Certifications-Commercial Products and Commercial Services with your offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. There is no addendum to 52.212-4 for this solicitation The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) 52.217-8 Option to Extend Services (NOV 1999). The fill-in is: 60 days. 52.217-9 Option to Extend the Term of the Contract (MAR 2000) The fill-in is:�(a) prior to expiration of the contract, 60 days, (c) 3 years, 6 months. 52.222-3, Convict Labor (JUN 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (SEP 2016) 52.222-50, Combating Trafficking in Persons (NOV 2021) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) (31 U.S.C. 3332). The following additional clauses and provisions also apply to this requirement: Clauses: 52.204-13, System for Award Management Maintenance 52.204-18, Commercial and Government Entity Code Maintenance 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25, Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment 52.204-27, Prohibition on a ByteDance Covered Application 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Personnel Work Product 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.223-7008, Prohibition of Hexavalent Chromium 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area WorkFlow Payment Instructions 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000, Subcontracts for Commercial Products and Commercial Services 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations 252.247-7023, Transportation of Supplies by Sea--Basic Provisions: 52.204-7, System for Award Management 52.204-16, Commercial and Government Entity Code Reporting Attachment (2) Wage Determination: Service Contract Act WD # 2015-5693 Rev 19 There are no additional contract requirement(s) or terms and conditions other than those included in this notice including all referenced provisions, clauses, and attachments. The Defense Priorities and Allocations System (DPAS) is NOT applicable to this solicitation. The date, and time all quotations must be received in order to be considered for award is the response date and time in Contract Opportunities. See Attachment (b) Addendum to 52.212-1 for additional instructions including the submittal instructions. The name and telephone number of the individual to contact for information regarding the solicitation including submission of questions is the Contract Specialist identified in Contract Opportunities for this combined synopsis/solicitation. The Government may not respond to questions received less than 5 days prior to the due date and time for receipt of quotations.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/46c6f18bb55e4389b458573633cebca8/view)
- Place of Performance
- Address: Santa Rita, GU 96915, USA
- Zip Code: 96915
- Country: USA
- Zip Code: 96915
- Record
- SN06940689-F 20240123/240121230039 (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 |