Skip to main content

An official website of the United States government

You have 2 new alerts

Preventative Maintenance for Konica Minolta Bizhubs for the Clinton Service Unit IEE Set-aside

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: Jul 05, 2023 12:49 pm CDT
  • Original Date Offers Due: Jul 08, 2023 12:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 08, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: J074 - MAINT/REPAIR/REBUILD OF EQUIPMENT- OFFICE MACHINES/TEXT PROCESSING SYS/VISIBLE RECORD EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Clinton , OK 73601
    USA

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) # 246-23-Q-0139.  Submit only written quotes for this RFQ. This solicitation is set-aside for 100% Buy Indian 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 811210 with a small business size standard of $25 Million.

This RFQ contains Twenty-nine (29) Line Items.

PERIOD OF PERFORMANCE: 07/29/2023 – 07/28/2024 (12 Months)

Vendor Requirements:   SEE ATTACHED STATEMENT OF WORK

Submit Quotes no later than: 07/08/2023 12:00 p.m. CDT  to the Following Point of Contact: Krishna Harriman, Purchasing Agent, via Email: Krishna.harriman@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:

  • Must provide certificate certifying contractor is rated as a Konica Minolta Pro-Tech Service Center and authorized reseller for Konica Minolta.
  • Must provide enough toner and consumable supplies for the IT department to have readily available when necessary.
  • Must provide preventative maintenance no matter the location or the age of the device.

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 Offerors-Commercial Products and Commercial Services (MAR 2023); FAR 52.212-3, Offeror Representations and Certifications-Commerical Products and Commercial Services (DEC 2022); FAR 52.222-22, Previous Contract and Compliance Reports (FEB 1999) (the offeror should include a completed copy of these provisions 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 (DEC 2022); FAR 52.212-5 (JUN 2023), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Products and Commercial Services (to include the following clauses sited):  

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 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021); FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020); FAR 52.219-28, Post Award Small Business Program Rerepresentation (Mar 2023); FAR 52.222-3, Convict Labor (Jun 2003); FAR 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 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); FAR 52.222-50, Combating Trafficking in Persons (Nov 2021); FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving (Jun 2020); FAR 52.223-20, Aerosols (Jun 2016); FAR 52.225-1, Buy American-Supplies (Oct 2022);  FAR 52.225-13, Restriction on Certain Foreign Purchases (Feb 2021); FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Oct2018); FAR 52.239-1,  Privacy or Security Safeguards (Aug 1996); FAR 52.222-41, Service Contract Labor Standards (Aug 2018); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014); 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 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022); FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022); HHSAR 352.226-4, Notice of Indian Small Business Economic Enterprise set-aside; HHSAR 352.226-7, Indian Economic Enterprise Representation; HHSAR 352.232-71, Electronic submission of payment requests.

  The above Provisions and Clauses may be obtained via internet at https://www.acquisition.gov/browse/index/far

Miscellaneous:

NO FAX QUOTATIONS

ELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (krishna.harriman@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.

Contact Information

Contracting Office Address

  • 701 MARKET DRIVE
  • OKLAHOMA CITY , OK 73114
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Jul 08, 2023 10:56 pm CDTCombined Synopsis/Solicitation (Original)