SMALL BUSINESS SET ASIDE - PM and Support Services for Existing GE Optima XR 240AMX Digital Mobile X-ray System
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: May 28, 2024 08:39 am CDT
- Original Date Offers Due: May 30, 2024 04:00 pm CDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Jun 14, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: J065 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES
- NAICS Code:
- 423450 - Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Place of Performance: Pawnee , OK 74058USA
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-0122. Submit only written quotes for this RFQ. This solicitation is 100% SMALL BUSINESS SET ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. The associated NAICS code is 423450.
CLIN
0001 07/27/2024 – 07/26/2025 – Base Year – The contractor shall provide Preventative Maintenance inspections on the existing GE Optima XR 240AMX Digital Mobile X-ray system located at the Pawnee Indian Health Center in accordance with the attached statement of work.
0002 07/27/2025 – 07/26/2026 – Option Year 1– The contractor shall provide Preventative Maintenance inspections on the existing GE Optima XR 240AMX Digital Mobile X-ray system located at the Pawnee Indian Health Center in accordance with the attached statement of work.
0003 07/27/2026 – 07/26/2027 – Option Year 2– The contractor shall provide Preventative Maintenance inspections on the existing GE Optima XR 240AMX Digital Mobile X-ray system located at the Pawnee Indian Health Center in accordance with the attached statement of work.
0004 07/27/2027 – 07/26/2028 – Option Year 3– The contractor shall provide Preventative Maintenance inspections on the existing GE Optima XR 240AMX Digital Mobile X-ray system located at the Pawnee Indian Health Center in accordance with the attached statement of work.
0005 07/27/2028 – 07/26/2029 – Option Year 4– The contractor shall provide Preventative Maintenance inspections on the existing GE Optima XR 240AMX Digital Mobile X-ray system located at the Pawnee Indian Health Center in accordance with the attached statement of work.
PERIOD OF PERFORMANCE:
Base Year: 07/27/2024 – 07/26/2025
Option Year One: 07/27/2025 – 07/26/2026
Option Year Two: 07/27/2026 – 07/26/2027
Option Year Three: 07/27/2027 – 07/26/2028
Option Year Four: 07/27/2028 – 07/26/2029
Vendor Technical Requirements: The contractor shall provide preventative maintenance on the existing GE Optima XR 240AMX Digital Mobile X-ray system along with:
- Full maintenance and repair support service in accordance with manufacturer requirements, specifications, guidelines, checklists, revisions, and addendum modifications.
- Include all labor and parts for GE Optima XR 240 AMX Digital Mobile X-ray System to include:
- One (1) GE XR Flashpad-coverage
- Flashpad battery replacements
- Detectors
- Grid replacements
- Repair parts
- Software and Quality updates
- Flashpad detector coverage is included (customer pays $2,500 per accidental drop).
- Coverage shall include weekdays, Monday-Friday 8am-4:30pm, onsite response time 24 hours, in-site online diagnostic support or compatible response by phone support within 30 minutes.
- Contractor shall ensure uptime commitment of 97%
Submit Quotes no later than: 05/30/2024 04:00p.m. CDT to the Following Point of Contact: via Email: amber.chavez@ihs.gov.
Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (NOV 2021) (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
Evaluation Factors:
- Price
- Technical Requirements
To be considered technically acceptable, items must meet the following list above under the technical requirements section.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
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 (SEP 2023); FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (MAY 2024) (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 (MAY 2024), 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. (amber.chavez@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.
Attachments/Links
Contact Information
Contracting Office Address
- 701 MARKET DRIVE
- OKLAHOMA CITY , OK 73114
- USA
Primary Point of Contact
- Amber Chavez
- amber.chavez@ihs.gov
Secondary Point of Contact
History
- Jun 14, 2024 11:04 pm CDTCombined Synopsis/Solicitation (Original)