SOLICITATION NOTICE
Z -- Preventative Maintenance-Mammography Equipment - RFQ Packet
- Notice Date
- 8/2/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
- ZIP Code
- 73114
- Solicitation Number
- 246-18-Q-0049
- Archive Date
- 8/25/2018
- Point of Contact
- Katrina Eaton, Phone: 4059513704
- E-Mail Address
-
katrina.eaton@ihs.gov
(katrina.eaton@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment contains RFQ cover page, SOW and FAR Clauses This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is issued as Request for Quotes (RFQ) 246-18-Q-0049. This procurement is 100% small business set-aside under NAICS code 811219 with a standard business size of $20.5 million. Contractor shall provide a firm-fixed all-inclusive rate for preventative maintenance of their Selenia Dimension 2D machine for a base plus option year. Please review the Statement of Work. The period of performance for this requirement is approximately September 1, 2018 through August 31, 2019 (base) and September 1, 2019- August 31, 2020 (Option Year One). The closing date for receipt of quotes is August 10, 2018. The offer may be submitted by email to Katrina.Eaton@ihs.gov or in a sealed envelope, addressed to this office, showing the solicitation number, and your name and address, no later than 5:00 p.m. CST, on August 10, 2018. Qualified vendors shall review the Statement of Work and following information then submit applicable information. TELEPHONE INQUIRIES SHALL NOT BE ACCEPTED AND TELEPHONE CALLS SHALL NOT BE RETURNED. CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.acquisition.gov and https://www.hhs.gov/grants/contract/contract-policies-regulations/hhsar/index.html The provisions of 52.212-1, Instructions to Offerors-Commercial Items (Jan 2017), applies to this acquisition. The provisions of 52.212-2, Evaluation - Commercial Items (Oct 2014) applies to this acquisition. The Government intends to award one from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation shall be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Firm Fixed All-Inclusive Rate, (2) two past performance references to include the contact name phone number, contract number, company name, brief description of project, (3) OEM Certificates, (4) Response time to maintenance and repair calls and (5) registration in the System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/). Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2017) OR DUNS number. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel, 52.223-6 Drug-free Workplace, 52.237-7 352.224-70 Privacy Act, 352.237-71 Crime Control Act of 1990-Reporting of Child Abuse and 352.237-72 Crime Control Act of 1990-Requirement for Background Checks. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Jan 2017) applies to this acquisition. The following clauses apply: 52.203-6, Restriction on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.237-7 Indemnification and Medical Liability Insurance; 352-237.72 Crime Control Act of 1990-Requirement for Background Checks. EVALUATION CRITERIA The due date for this requirement is August 10, 2018 5pm CST. THE INDIAN HEALTH SERVICE WILL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO RESPOND TO THE FOLLOWING EVALUATION CRITERIA: A) Propose and provide a firm-fixed all-inclusive rate for services. B) Documentation of two past references. C) Registration in the System for Award Management (SAM) database (reference https://www.sam.gov Please note that all parties interested in doing business with the Indian Health Services must be registered in the SAM database. D) OEM Certificate for Technician E) SAM Registration EVALUATION RATING INFORMATION Rating: Five: Outstanding-Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Significantly exceeded performance or capability standard. Risk of unsuccessful performance is very low. Four: Good-Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Exceeded some performance or capability standards. Proposal contains strengths, which outweigh any weaknesses. Risk of unsuccessful performance is low. Three: Acceptable- Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate. Two: Marginal-Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses, which are not offset by strengths. Risk of unsuccessful performance is high. One: Unacceptable- Proposal does not meet requirements and contains one or more deficiencies. Proposal is un-awardable.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-18-Q-0049/listing.html)
- Place of Performance
- Address: 36640 Hwy. 270 & Barking Water Rd., Wewoka, Oklahoma, 74884, United States
- Zip Code: 74884
- Zip Code: 74884
- Record
- SN05018561-W 20180804/180802231557-61f291d5751346cc38cf6cc06aa98f37 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |