SOLICITATION NOTICE
84 -- Wireless Automated Hearing Test Systems (MIARNG)
- Notice Date
- 6/12/2023 12:02:21 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- W7NF USPFO ACTIVITY MI ARNG LANSING MI 48906-2934 USA
- ZIP Code
- 48906-2934
- Solicitation Number
- W912JB-23-Q-0084
- Response Due
- 7/12/2023 9:30:00 AM
- Archive Date
- 07/12/2023
- Point of Contact
- Milagros Isabel-Baez, Phone: 5174817817, Olayemi O. Olatunji
- E-Mail Address
-
milagros.isabelbaez.civ@army.mil, olayemi.o.olatunji.mil@army.mil
(milagros.isabelbaez.civ@army.mil, olayemi.o.olatunji.mil@army.mil)
- Small Business Set-Aside
- HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
- Description
- Solicitation number:��W912JB-23-Q-0084 Request For Quote (RFQ) Title:� � � � � � � � � � � � � � Wireless Automated Hearing Test Systems� Restriction:� � � � � � � � �100% HUBZone Small Business Set- Aside NAICS:� � � � � � � � � � � � 339112 Surgical and Medical Instrument Manufacturing Size Standard:� � � � �� 1000 Employess� Issue date:� � � � � � � � � June 12, 2023 Closing date:� � � � � � � July 12, 2023 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, FAR 13 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1.0������������ REQUEST FOR QUOTE 1.1������������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-03.� 1.2������������ Small business set aside is 100% HUBZone Small Business 1.3������������ Applicable size standard is 1000 employees� 1.4������������ Delivery Location: 1.5������������ Delivery shall be made to the USPFO-MI Warehouse 3405 N Martin Luther King Jr. Blvd, Bldg 40, Lansing MI 48906 1.6 ����������� Refer to Attachment A - Product Specifications for salient characteristics of item requested. Offer must meet or exceed the quality of the WAHTS AC1.� 1.7������������ CLIN structure: 1.7.1��������� 0001� � � �Wireless Automated Hearing Test Systems� � � � � 20 EA 1.7.2��������� Travel/Delivery shall be to the following locations: 1.7.2.1� � � �USPFO - MI Warehouse; 3405 N Martin Luther King Jr. Blvd, Bldg 40, Lansing, MI 48906 1.7.2.2� � � �Contractors shall identify leadtime/delivery ARO.� 2.0������ QUOTE FORMAT 2.1 ����� Refer to clause 52.212-1 Instructions to Offerors for preparation of the quote.� An SF1449 is not required in accordance with FAR 12.603(b) 2.2 ����� Offers should include the solicitation number, contractor name and address, point of contact name, phone and email address, CAGE code, unique entity identifier, tax identification number, and expiration date of pricing (minimum of 60 days). 2.3 ����� Pricing of the offer shall include substantiating data of the price proposal to establish that the proposed price is reasonable and complete. The offer should include unit and total price of item requested.� 2.4������ The contractor shall submit a capability statement. It will be evaluated for the company's capability to meet the requirements. 2.5 ����� Questions due: 10 July 2023, 12:30 pm Eastern Standard Time (EST) Questions must be submitted via email to milagros.isabelbaez.civ@army.mil.� Questions will not be answered via telephone. � 2.6 ����� Quotes due:� � 12 July 2023, 12:30 p.m. Eastern Standard Time (EST) � The Government reserves the right to require minor clarifications or to hold discussions. However, the Government may award without requesting clarification for ambiguity. 3.0������ TECHNICAL CAPABILITY 3.1������ The proposal shall present relevant information articulating the offeror�s proposed approach to meeting the minimum� requirements identified in th product specifications. This section shall clearly demonstrate the offeror�s understanding by providing a clear description of the proposed approach to providing the wireless automated hearing test systems. The offeror�s description should include a clear description of all specifications and features included. Offerors shall provide relevant experience (for this purpose, experience refers to what an offeror has done, not how well it was accomplished) in provinging similar equipment. 3.2� � � Contractor shall provide a total of (20) wireless automated hearing test systems the meet or exceed the quality of�WAHTS AC1.� 4.0� � � �EVALUATION 4.1 ����� The offer will be evaluated for price reasonableness compared to the Government�s anticipated pricing.� 4.2������ The offer should provide the cost breakdown for comparison. 4.3������ The government intends to award to the responsible company whose quote, conforming to the solicitation, is most advantageous to the government based on price and other factors that provide the best value. 4.4������ Best value will be determined by evaluating price, past performance, and technical approach. Technical capability will be rated as acceptable or unacceptable.� The proposed employee�s resume will be evaluated with the technical capability. 4.5������ Unsatisfactory action in FAPIIS or SPRS in the last three years may render your quote unacceptable. 5.0������ SAM Registration/Joint Venture In accordance with Class Deviation 2023-O0001 effective October 28, 2022, a small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories:� A) Small business; (B) Service-disabled veteran-owned small business; (C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB Program; or (E) Historically underutilized business zone small business. 6.0 ����� Award 6.1������ In accordance with FAR 12.207, a firm-fixed contract shall be issued. 6.2������ The contractor shall communicate with the Contracting Officer Representative (COR) to schedule the preliminary performance.� 7.0������ Billing Instructions 7.1������ Invoice terms are Net 30 days. 7.2������ Invoices must be for items delivered. Invoices will not be accepted untill all items are recieved and inspected. 7.3������ Inspection and acceptance will be conducted at the USPFO Warehouse in Lansing, Michigan.� 7.4������ Quantity for supply corresponds to the number of items to be delivered and invoices to be submitted after deliveries are made.� 7.5������ Invoices must be submitted through Wide Area Work Flow (https://piee.eb.mil).� 7.5.1 �� Instructions are on clause 252.232-7006. 7.5.2��� The invoiced amount for the CLIN shall not exceed the unit of issue amount. 7.5.3��� Invoices shall be submitted after all items have been delivered, received, and inspected by the requiring activity.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0577c6f8181a492ba076acd2fc8ebbd7/view)
- Place of Performance
- Address: Lansing, MI 48906, USA
- Zip Code: 48906
- Country: USA
- Zip Code: 48906
- Record
- SN06712928-F 20230614/230612230113 (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 |