Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2024 SAM #8248
MODIFICATION

J -- Medical Equipment Maintenance & Repair 3-Years & 6-Months Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract

Notice Date
6/25/2024 8:17:02 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
W7N3 USPFO ACTIVITY UT ARNG DRAPER UT 84020-2000 USA
 
ZIP Code
84020-2000
 
Solicitation Number
W911YP24R0016
 
Response Due
7/25/2024 9:00:00 AM
 
Archive Date
08/09/2024
 
Point of Contact
William T. Brown, Phone: 8014324273
 
E-Mail Address
william.t.brown68.civ@army.mil
(william.t.brown68.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOLICITATION:� W911YP24R0016 AGENCY/OFFICE:� Utah Army National Guard (UTARNG) / USPFO PLACE OF PERFORMANCE:� Utah Army National Guard various state-wide armories SUBJECT:� Medical Equipment Maintenance 3-years & 6-months Multi-Year IDIQ RESPONSE DUE DATE:� 10:00 AM MST 25 JULY 2024 CONTRACTING POC:� William (Billy) T. Brown III; Email:� William.t.brown68.civ@army.mil; Phone:� 801-432-4273 1.0� SYNOPSIS / DESCRIPTION: *****THIS REQUIREMENT IS BEING SOLICITED AS A TOTAL SMALL BUSINESS SET-ASIDE.� ONLY QUOTES FROM REGISTERED SBs in SAM.GOV WITH THE APPROPRIATE NAICS WILL BE ACCEPTED***** This is a combined synopsis/solicitation�for�commercial products�or�commercial services�prepared in accordance with the format in�subpart� 12.6, as 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.� The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-006.� This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. The Utah Army National Guard (UTARNG) has a requirement for Medical Equipment Maintenance 3-years & 6-months multi-year IDIQ service contract under Combined Synopsis/Solicitation number W911YP24R0016 and is being issued for Request for Proposals (RFPs).� This requirement is being solicited as a TOTAL SMALL BUSINESS SET-ASIDE under NAICS code 811210 � �Electronic & Precision Equipment Repair Services� which has a Small Business Size Standard of $34 million (https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf).� FOR VENDOR�S PROPOSALS TO BE CONSIDERED, YOU MUST BE REGISTERED IN SAM.GOV.� Furthermore, your company must also demonstrate you have performed work on similar projects that shows you have the knowledge and expertise to provide repair and maintenance services to medical equipment.� THIS REQUIREMENT IS SUBJECT TO AVAILABILITY OF FUNDS, pursuant to FAR 52.232-18. PLEASE SEE ATTACHED PERFORMANCE WORK STATEMENT (PWS) FOR MEDICAL EQUIPMENT MAINTENANCE DETAILS. 1.1� SET-ASIDE / FAR REGULATION: Any award resulting from this solicitation will be made using a TOTAL SMALL BUSINESS SET-ASIDE order of precedence as follows: In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2.� If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns 1.2� CONTRACT TYPE / MULTI-YEAR IDIQ / EVALUATION CRITERIA:� This RFP is subject to availability of funds per FAR 52.232-18.� The contract type for this procurement will be Firm-Fixed price Indefinite Delivery, Indefinite Quantity (IDIQ) for three (3) 1-year Ordering Periods and one (1) 6-month Ordering Period.� Award will include pricing for ALL FOUR (4) Ordering Periods. �All Ordering Periods will be considered as a total base award contract.� Award will be based on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria.� For proposals to be technically acceptable, it must meet all the specifications outlined in the PWS and specific examples of past performance experience relating to repairing and maintaining medical equipment.� Relevancy and currency will be used for past performance criteria and only a rating of ACCEPTABLE, NOT ACCEPTABLE, OR NEUTRAL will be given on past performance.� If a Contractor has no relevant past performance, the Contractor will not be rated Favorably or Unfavorably but will be rated Neutral and not have that count against them.� An LPTA quote is one that meets all the technical aspects outlined in this solicitation and statement of work while being the lowest price quote, IAW FAR 15.101-2.� 1.3� SAM REGISTRATION / ELIGIBILTY FOR AWARD:� All offerors must have an active registration in System for Award Management (SAM) at time of award in order to be eligible for contract award.� All offerors responding to this solicitation must meet all standards required to conduct business with the Government, including active registration in SAM and WAWF/iRAPT, and be in good standing.� All qualified responses will be considered by the Government.� In addition to providing pricing each quote must include vendor's CAGE/DUNS number, Federal Tax Number, and must include point of contact information.� IAW FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing.� Prospective offerors may obtain information on registration at WWW.SAM.GOV.� IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award.� Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov. 1.4� PROPOSALS:� All proposals are due to the United States Property and Fiscal Office for Utah Purchasing and Contracting Division NO LATER THAN 10:00 am (Mountain) 25 JULY 2024.� All submissions should be sent via email to:� william.t.brown68.civ@army.mil.� Facsimiles will not be accepted.� Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting.� Responses received after the stated deadline will be considered non-responsive and will not be considered, UNLESS the Contracting Officer determines it is in the best interest of the government to accept a late proposal. 1.5� PROVISIONS & CLAUSES:� The following provisions and clauses are applicable to this solicitation: FAR 52.202-1 � Definitions FAR 52.203-3 � Gratuities FAR 52.204-7 � System for Award Management FAR 52.204-9 � Personal Identity Verification of Contractor Personnel FAR 52.204-16 � Commercial and Government Entity Code Reporting FAR 52.204-18 � Commercial and Government Entity Code Maintenance FAR 52.204-19 � Incorporation by Reference of Representations and Certifications FAR 52.204-24 � Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25 � Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26 � Covered Telecommunications Equipment or Services-Representation FAR 52.204-27 � Prohibition on a ByteDance Covered Application FAR 52.204-29 � Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosure FAR 52.204-30 - Federal Acquisition Supply Chain Security Act Orders-Prohibition FAR 52.209-6 � Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 � Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1 � Instructions to Offerors FAR 52.212-3 � Offeror Representations and Certifications-Commercial Items FAR 52.212-3 � Alternate 1 FAR 52.212-4 � Terms and Conditions - Commercial FAR 52.212-5 � Dev - Statutes/Exec Orders FAR 52.217-5 � Evaluation of Options FAR 52.217-8 � Option to Extend Services FAR 52.217-9 � Option to Extend the Term of the Contract FAR 52.219-1 (Alt I) � Small Business Program Representation FAR 52.219-6 � Notice of Total Small Business Set-Aside FAR 52.219-8 � Utilization of Small Business Concerns FAR 52.219-14 � Limitations on Subcontracting FAR 52.219-28 � Post-award Small Business Program Representations FAR 52.222-3 � Convict Labor FAR 52.222-21 � Prohibit Segregated Facilities FAR 52.222-22 � Previous Contract and Compliance Reports FAR 52.222-25 � Affirmative Action FAR 52.222-26 � Equal Opportunity FAR 52.222-36 � Affirmative Action for Workers With Disabilities FAR 52.222-40 � Notification of Employees Rights Under the National Labor Relations Act FAR 52.222-50 � Combating trafficking in Persons FAR 52.222-54 � Employment Eligibility Verification FAR 52.223-18 � Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-23 � Restrictions on Certain Foreign Purchases FAR 52.225-25 � Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-1 � Payments FAR 52.232-18 � Availability of Funds FAR 52.232-19 � Availability of Funds for the Next Fiscal Year FAR 52.232-33 � Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.232-39 � Unenforceability of Unauthorized Obligations FAR 52.232-40 � Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 � Disputes FAR 52.233-2 � Service of Protest FAR 52.233-3 � Protest After Award FAR 52.233-4 � Applicable Law for Breach of Contract Claim FAR 52.243-1 Alt.1 � Changes-Fixed Price (Services) FAR 52.249-4 � Termination for Convenience of the Government (Services)(Short Form) FAR 52.252-1 � Provisions Incorporated by Reference FAR 52.252-2 � Clauses Incorporated by Reference FAR 52.252-5 � Authorized Deviations in Provisions FAR 52.252-6 � Authorized Deviation in Clauses DFARS 252.203-7000 � Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7002 � Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 � Control of Government Personnel Work Product DFARS 252.204-7004 � Antiterrorism Awareness Training for Contractors DFARS 252.204-7009 � Limitation on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7015 � Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.204-7017 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation DFARS 252.204-7018 � Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.204-7019 � Notice of NISTSP 800-171 DoD Assessment Requirements DFARS 252.204-7020 � NIST SP 800-171 DoD Assessment Requirements DFARS 252.204-7024 � Notice on the Use of the Supplier Performance Risk System (SPRS) DFARS 252.209-7995 � Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law DFARS 252.212-7000 � Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.212-7001 � Dev Terms and Conditions DFARS 252.225-7001 � Buy America Act and Balance of Payments Program DFARS 252.225-7002 � Qualifying Country as Subcontractors DFARS 252.225-7012 � Preference for Certain Domestic Commodities DFARS 252.225-7048 � Export-controlled Items DFARS 252.225-7055 � Representation Regarding Business Operations with the Maduro Regime DFARS 252.225-7056 � Prohibition Regarding Business Operations with the Maduro Regime DFARS 252.225-7059 � Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation DFARS 252.225-7060 � Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region DFARS 252.232-7003 � Electronic Submission of Payment Requests DFARS 252.232-7006 � Wide Area WorkFlow Payment Instructions DFARS 252.232-7010 � Levies on Contract Payments DFARS 252.237-7010 � Prohibition of Interrogation of Detainees by Contract Personnel DFARS 252.239-7017 � Notice of Supply Chain Risk DFARS 252.239-7018 � Supply Chain Risk DFARS 252.243-7001 � Pricing of Contract Modifications DFARS 252.243-7002 � Requests for Equitable Adjustment. FAR 52.252-2 � Clauses Incorporated by Reference. �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 full text available. Also, the full text of a clause may be accessed electronically at:� HTTPS://WWW.ACQUISITION.GOV.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/238655c7d0404a15bc9fae795b783654/view)
 
Place of Performance
Address: Draper, UT 84020, USA
Zip Code: 84020
Country: USA
 
Record
SN07106553-F 20240627/240625230112 (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.