Skip to main content

An official website of the United States government

You have 2 new alerts

CEPHEID Analyzer PM Services for the GeneXpert IV-HUB

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 18, 2023 11:33 am CDT
  • Original Date Offers Due: May 22, 2023 02:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 23, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: H365 - INSPECTION- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Pawnee , OK 74058
    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-0120 to  establish a Base Year + 4 Option Years for Preventative Maintenance Services. Submit only written quotes for this RFQ. This solicitation is a FULL AND OPEN solicitation. This solicitation document and incorporated provisions and clauses are those   in   effect   through   Federal Acquisition Circular 2023-01. The associated NAICS code is 811210.

This RFQ contains Five (5) Line Items:

CLIN                           DESCRIPTION                             ITEMS

0001        Base Yr 05/24/2023 – 05/23/2024          SEE ATTACHED SOW

0002        Option Yr 1 05/24/2024 – 05/23/2025     SEE ATTACHED SOW

0003        Option Yr 2 05/24/2025 – 05/23/2026     SEE ATTACHED SOW

0004        Option Yr 3 05/24/2026 – 05/23/2027     SEE ATTACHED SOW

0005        Option Yr 4 05/24/2027 – 05/23/2028     SEE ATTACHED SOW

PERIOD OF PERFORMANCE:

Base Year - 05/24/2023 – 05/23/2024

Option Year 1 – 05/24/2024 to 05/23/2025

Option Year 2 – 05/24/2025 to 05/23/2026

Option Year 3 – 05/24/2026 to 05/23/2027

Option Year 4 – 05/24/2027 to 05/23/2028

Vendor Requirements: SEE ATTACHED STATEMENT OF WORK (SOW)

Submit Quotes no later than: 05/22/2023 2:00p.m. CDT to the Following Point of Contact: Amber Chavez, Purchasing Agent, via Email: amber.chavez@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:

  1. Provide priority repairs
  2. Provide unlimited telephone support with Technical Support experts who can diagnose & remotely resolve issues and/or schedule on-site visits.
  3. Submit a legible copy of the field service report, acceptable Quality Control performed and discuss the service performed before leaving the facility.

*Vendor must be registered through SAM.

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; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (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 (DEC 2022); FAR 52.212-5 (MAR 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 www.acquisitions.gov.

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.

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact





History

  • May 23, 2023 10:59 pm CDTCombined Synopsis/Solicitation (Original)