Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2025 SAM #8487
SOLICITATION NOTICE

J -- Preventive Maintenance - Medrad CT Contrast Injection System

Notice Date
2/19/2025 2:07:56 PM
 
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
246-25-Q-0034
 
Response Due
3/5/2025 12:00:00 PM
 
Archive Date
03/20/2025
 
Point of Contact
Ronay Burns
 
E-Mail Address
Ronay.Burns@ihs.gov
(Ronay.Burns@ihs.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
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). Submit only written quotes for this RFQ. This solicitation is 100% SET ASIDE for Service-Disabled Veteran Owned Small Business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. The associated NAICS code is 811210. This RFQ contains three (3) line items: CLIN DESCRIPTION ANNUAL COST 01 BASE YEAR � Preventive Maintenance on the Medrad Stellant FLEX CT Injection System 02 OPTION YEAR 1 � Preventive Maintenance on the Medrad Stellant FLEX CT Injection System 03 OPTION YEAR 2 � Preventive Maintenance on the Medrad Stellant FLEX CT Injection System PERIOD OF PERFORMANCE: 04/01/2025 � 03/31/2026 Vendor Requirements: SEE ATTACHED STATEMENT OF WORK Submit Quotes no later than: 03/05/2025 2:00 p.m. CDT to the Following Point of Contact: Ronay Burns, Contract Specialist, via Email: Ronay.Burns@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, with technical requirements being more important than pricing and past history performance. The following factors shall be used to evaluate offers: Best Value (see criteria below) Pricing Pricing will be evaluated by adding the Base Year and the out years together for a comprehensive price. Technical Vendor shall be authorized to distribute and resell Bayer products and services. Onsite service by a Bayer Certified field Engineer Access to the MyRadiologySolutions Customer portal EPM Certified parts and replacements 24/7 Tech support Verification of calibration per original equipment manufacturer (OEM) Annual Preventive Maintenance for all years Past History Performance Vendor shall submit at minimum 3 past history performance records. VENDORS SHALL SUBMIT THE FOLLOWING: COMPLETED PRICE SCHEDULE (TO INCLUDE OUT YEARS) PAST HISTORY PERFORMANCE CONTRACT INFORMATION AUTHORIZED DISTRIBUTOR LETTER FROM BAYER HEALTHCARE COPY OF THE SERVICE AGREEMENT DETAILING COVERAGE VENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT DESCRIPTITVE LITERATURE SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING SOLICITED 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 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 (JAN 2025); (to include the following clauses sited): FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023); 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 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020); FAR 52.219-28, Postaward Small Business Program Rerepresentation (Jan 2025); FAR 52.222-3, Convict Labor (Jun 2003); 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 52.223-23, Sustainable Products and Services (May 2024); FAR 52.225-13, Restriction on 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 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Nov 2024); FAR 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014); 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 52.204-7, System for Award Management; FAR 52.252-2, Clause Incorporated by Reference (Feb 1998); FAR 52.252-6, Authorized Deviations in Clauses (Nov 2020); HHSAR 352.208-70, Printing and Duplication (Dec 2015); HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015); HHSAR 352.232-71, Electronic Submission of Payment Requests; HHSAR 352.239-78, Information and Communication Technology Accessibility Notice (Feb 2024); HHSAR 352.239-79, Information and Communication Technology Accessibility (Feb 2024) The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. https://www.acquisition.gov/hhsar Miscellaneous: NO FAX QUOTATIONS ELECTRONIC SUBMISSIONS � SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (ronay.burns@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. 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). Submit only written quotes for this RFQ. This solicitation is 100% SET ASIDE for Service-Disabled Veteran Owned Small Business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. The associated NAICS code is 811210. This RFQ contains three (3) line items: CLIN DESCRIPTION ANNUAL COST 01 BASE YEAR � Preventive Maintenance on the Medrad Stellant FLEX CT Injection System 02 OPTION YEAR 1 � Preventive Maintenance on the Medrad Stellant FLEX CT Injection System 03 OPTION YEAR 2 � Preventive Maintenance on the Medrad Stellant FLEX CT Injection System PERIOD OF PERFORMANCE: 04/01/2025 � 03/31/2026 Vendor Requirements: SEE ATTACHED STATEMENT OF WORK Submit Quotes no later than: 03/05/2025 2:00 p.m. CDT to the Following Point of Contact: Ronay Burns, Contract Specialist, via Email: Ronay.Burns@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, with technical requirements being more important than pricing and past history performance. The following factors shall be used to evaluate offers: Best Value (see criteria below) Pricing Pricing will be evaluated by adding the Base Year and the out years together for a comprehensive price. Technical Vendor shall be authorized to distribute and resell Bayer products and services. Onsite service by a Bayer Certified field Engineer Access to the MyRadiologySolutions Customer portal EPM Certified parts and replacements 24/7 Tech support Verification of calibration per original equipment manufacturer (OEM) Annual Preventive Maintenance for all years Past History Performance Vendor shall submit at minimum 3 past history performance records. VENDORS SHALL SUBMIT THE FOLLOWING: COMPLETED PRICE SCHEDULE (TO INCLUDE OUT YEARS) PAST HISTORY PERFORMANCE CONTRACT INFORMATION AUTHORIZED DISTRIBUTOR LETTER FROM BAYER HEALTHCARE COPY OF THE SERVICE AGREEMENT DETAILING COVERAGE VENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT DESCRIPTITVE LITERATURE SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING SOLICITED 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 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 (JAN 2025); (to include the following clauses sited): FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023); 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 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020); FAR 52.219-28, Postaward Small Business Program Rerepresentation (Jan 2025); FAR 52.222-3, Convict Labor (Jun 2003); 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 52.223-23, Sustainable Products and Services (May 2024); FAR 52.225-13, Restriction on 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 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Nov 2024); FAR 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014); 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 52.204-7, System for Award Management; FAR 52.252-2, Clause Incorporated by Reference (Feb 1998); FAR 52.252-6, Authorized Deviations in Clauses (Nov 2020); HHSAR 352.208-70, Printing and Duplication (Dec 2015); HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015); HHSAR 352.232-71, Electronic Submission of Payment Requests; HHSAR 352.239-78, Information and Communication Technology Accessibility Notice (Feb 2024); HHSAR 352.239-79, Information and Communication Technology Accessibility (Feb 2024) The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. https://www.acquisition.gov/hhsar Miscellaneous: NO FAX QUOTATIONS ELECTRONIC SUBMISSIONS � SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (ronay.burns@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/7303041bc49e4b3582f46a491aa9df3f/view)
 
Place of Performance
Address: Clinton, OK 73601, USA
Zip Code: 73601
Country: USA
 
Record
SN07346387-F 20250221/250219230031 (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.