Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2024 SAM #8115
SOLICITATION NOTICE

Q -- FULL SERVICE TO THE DAYTONA CAMERA.

Notice Date
2/13/2024 10:26:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
 
ZIP Code
73114
 
Solicitation Number
246-24-Q-0006
 
Response Due
2/14/2024 1:00:00 PM
 
Archive Date
02/29/2024
 
Point of Contact
Anna Hulsey, Phone: 580-331-3500
 
E-Mail Address
anna.hulsey@ihs.gov
(anna.hulsey@ihs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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-0006.��Submit only written quotes for this RFQ. This solicitation is 100% SET ASIDE for Small Business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04.� The associated NAICS code is 339112. This RFQ contains Three (3) Line Item: CLIN DESCRIPTION QTY UNIT Unit Price TOTAL 0001 Full Service to the Daytona Camera at Clinton IHC as outlined in attached Statement of Work. 12 MO 0002 Full Service to the Daytona Camera at El Reno IHC as outlined in attached Statement of Work. 12 MO 0003 Full Service to the Daytona Camera at Watonga IHC as outlined in attached Statement of Work 12 M0 PERIOD OF PERFORMANCE: 30 days after receipt of Award Vendor Requirements: ��SEE ATTACHED STATEMENT OF WORK AND COMBINED SYNOPSIS Submit Quotes no later than: 02/14/2024 3:00p.m. CDT� to the Following Point of Contact: Anna Hulsey, Purchasing Agent, via Email: anna.hulsey@ihs.gov. Evaluation:� FAR 52.212-2 Evaluation -- Commercial Items (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 To be considered technically acceptable, items must meet the following: The contractor shall come on-site emergency and planned maintenance support during thw term of the agreement to the Clinton, El Reno and Watonga Indian Health Center. Contractor shall repair the system including parts as required to fully functioning state. The contractor shall provide service hours during the term of this agreement between the hours of 8:00 a.m. and 5:00 p.m., Monday Through Friday, excluding Contractor Holidays, at no charge. Contractor shall provide an on-site technician within 48 hours. The contractor shall provide parts, labor, travel, living and operating software under this agreement to maintain AF Systems and equipment.. The contractor replacement parts shall be original equipment manufacturer parts. The contractor past performance must be acceptable. 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 (MAR 2023); FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (DEC 2022) (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. (anna.hulsey@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/1968021cdcee4b908f1cb20952b4198e/view)
 
Place of Performance
Address: Clinton, OK 73601, USA
Zip Code: 73601
Country: USA
 
Record
SN06964243-F 20240215/240213230042 (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.