MODIFICATION
J -- PREVENTATIVE MAINTENANCE FOR APLIO 500 US MACHINE - EL RENO IHS
- Notice Date
- 6/21/2024 8:05:43 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-0137
- Response Due
- 6/25/2024 2:00:00 PM
- Archive Date
- 07/10/2024
- Point of Contact
- Krishna Harriman, Phone: 5803313487
- E-Mail Address
-
krishna.harriman@ihs.gov
(krishna.harriman@ihs.gov)
- Description
- This is a combined synopsis/solicitation for commercial products or commercial services 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; quotations 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-0137.��Submit only written quotes for this RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. This solicitation is FULL AND OPEN. The associated NAICS code is 811210. PERIOD OF PERFORMANCE: ������ BASE YEAR � �������������������� 07/01/2024 � 06/30/2025 ��������������������������������������������������������������� OPTION YEAR 1 � ������������ 07/01/2025 � 06/30/2026 ��������������������������������������������������������������� OPTION YEAR 2 � ������������ 07/01/2026 � 06/30/2027 ��������������������������������������������������������������� OPTION YEAR 3 � ������������ 07/01/2027 � 06/30/2028 ��������������������������������������������������������������� Vendor Requirements: ��SEE ATTACHED STATEMENT OF WORK Submit Quotes no later than: 06/25/2024 4:00 p.m. CST� to the Following Point of Contact (only): Krishna Harriman, Purchasing Agent, via Email: krishna.harriman@ihs.gov. Evaluation:� FAR 52.212-2 Evaluation � Commercial Products and Commercial Services (NOV 2021): (a) The Government will award a firm fixed price Purchase Order 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 To be considered Technically Acceptable, offers/items must meet the following: Pricing: Complete Pricing Schedule above including out years. The total of base and out years will be considered for evaluation. Detailed Service Agreement supporting the existing Canon Aplio-500/PS2.000-UL, located at El Reno Indian Health Center. Response time: 15 minute, phone response. 4-hour, standard on-site response. Parts Replacement: OEM replacement parts (deemed necessary by Canon), excluding disposables. Personnel Qualifications: Up to date on all required CE�s, equipment training and advances in technology per manufacturer. Services and Parts provided: Letter of Authorization for services on Canon equipment and providing OEM parts. VENDORS SHALL SUBMIT THE FOLLOWING: *COMPLETED PRICE SCHEDULE � MUST BE COMPLETED FOR CURRENT AND OUT YEARS. *DETAILED SERVICE AGREEMENT. *CAPABILITIES IF NOT OUTLINED IN THE SERVICE AGREEMENT. *SIGNED AND DATED LETTER OR AUTHORIZATION MAY BE REQUESTED. VENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT DESCRIPTITVE LITERATURE SHOWING HOW THEIR PRODUCT/SERVICES MEETS OR EXCEEDS THE REQUIREMENTS BEING SOLICITED PROVISIONS:� FAR 52.242-1, Solicitation Provisions Incorporated by Reference. (FEB 1998). This�solicitation�incorporates one or more�solicitation�provisions by reference, with the same force and effect as if they were given in full text. Upon request, the�Contracting Officer�will make their full text available. The�offeror�is cautioned that the listed provisions�may�include blocks that�must�be completed by the�offeror�and submitted with its quotation or�offer. In lieu of submitting the full text of those provisions, the�offeror�may�identify the provision by paragraph identifier and provide the appropriate information with its quotation or�offer. Also, the full text of a�solicitation�provision�may�be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023); FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Feb 2024); FAR 52.222-22, Previous Contract and Compliance Reports (Feb 1999); FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards statute to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (MAY 2014); FAR 52.252-5, Authorized Deviations in Provisions (NOV 2020); HHSAR 352.239-72, Information System Security Plan and Accreditation (FEB 2024); HHSAR 352.239-78, Information and Communication Technology Accessibility Notice (Feb 2024) (DEVIATION); �(the offeror should include a completed copy of these provisions with their quote). CLAUSES:� FAR 52.252-2, Clauses Incorporated by Reference�(Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the�Contracting Officer�will make their full text available. Also, the full text of a clause�may�be accessed electronically at this/these address(es): �https://www.acquisition.gov/browse/index/far FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (NOV 2021); FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020); FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023); FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021); FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Products and Commercial Services (Feb 2024);� FAR 52.217-8, Option to Extend Services (Nov 1999); FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000); FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022); FAR 52.219-28, Post Award Small Business Program Rerepresentation (Feb 2024); FAR 52.222-2, Privacy Act (Apr 1984); FAR 52.222-3, Convict Labor�(Jun 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2024); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016); FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020); FAR 52.222-50, Combating Trafficking in Persons (Nov 2021); FAR 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contract for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014) FAR 52.223-20, Aerosols (MAY 2024); FAR 52.224-1, Privacy Act Notification (Apr 1984); FAR 52.224-2; Privacy Act (APR 1984); FAR 52.224-3 Privacy Training (Jan 2017); FAR 52.225-13, Restrictions of Certain Foreign Purchases (FEB 2021); FAR 52.226-8, Encouraging Contractor Policies to Ban text Messaging While Driving (MAY 2024); FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Oct 2018); FAR 52.239-1 Privacy or Security Safeguards (Aug 1996); FAR 52.252-6, Authorized Deviations in Clauses (Nov 2020); HHSAR CLAUSES: HHSAR 352.204-73, Contractor Personnel Security and Agency Access (Feb 2024) (DEVIATION); HHSAR 352.208-70, Printing and Duplication (DEC 2015); HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (DEC 2015); HHSAR 352.224-71, Confidential Information (Feb 2024) (DEVIATION); HHSAR 352.226-1, Indian Preference (Dec 2015); HHSAR 352.226-2, Indian Preference Program (DEC 2015); HHSAR 352.232-71, Electronic submission of payment requests (FEB 2022); HHSAR 352.239-71, Security Requirements for Information Technology Resources (FEB 2024); HHSAR 352.239-74, Information System Hosting, Operation, Maintenance, or Use. (FEB 2024); HHSAR 352.239-75, Security Controls Compliance Testing (FEB 2024); HHSAR 352.239-79, Information and Communication Technology Accessibility (Feb 2024) (DEVIATION); �� Miscellaneous: NO FAX QUOTATIONS ELECTRONIC SUBMISSIONS � SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (krishna.harriman@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, UEI 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/6e7602d2ee31416793e7ac8d9c11ce85/view)
- Place of Performance
- Address: El Reno, OK 73036, USA
- Zip Code: 73036
- Country: USA
- Zip Code: 73036
- Record
- SN07103829-F 20240623/240621230105 (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 |