Skip to main content

An official website of the United States government

You have 2 new alerts

Request for Quote Firm, fixed-price, non-personal services for Testing, Measuring, and Diagnostic Equipment Calibrations for the Great Plains Area OEHE

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: Solicitation (Original)
  • Original Published Date: Feb 27, 2025 10:51 am CST
  • Original Date Offers Due: Mar 13, 2025 05:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 28, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J059 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Pierre , SD 57501
    USA

Description

ABR-Biomed-SMA-Areawide-TMDE-CALLTSK0122088


Request for quote to provide calibration service, performance test, and/or repair service for the various Test, Measurement, and Diagnostic Equipment (TMDE) owned and operated by the Great Plains Area Indian Health Service, from various manufacturers including Datrend Systems Inc., various Fluke divisions, including Fluke Biomedical, Fluke Electronics, and Fluke Networks, as well as others. The anticipated period of performance is March 24 to 28, 2025 in Pierre, South Dakota. There is an expectation that the award made from this solicitation will be a base year in 2025 with four option years for a total of five years.

BASIS FOR AWARD
This award selection will be conducted using Lowest Price Technically Acceptable (LPTA) procedures. To be eligible for award, a proposal must meet all technical requirements, conform to all required terms and conditions, and include all information required. All non-price evaluation factors must be rated at "ACCEPTABLE" in order to be eligible for award. An "UNACCEPTABLE" rating in any factor will result in the proposal being rated "UNACCEPTABLE" unless corrected through discussions. A proposal rating of "UNACCEPTABLE" makes a proposal ineligible for award. Since the LPTA methodology prohibits trade-offs, all evaluation factors and sub-factors are equally important. Proposals are evaluated for acceptability but not ranked using the non- price factors. A price evaluation will be performed for all offerors and proposals will be ranked from lowest to highest price based on the Total Proposed
Price (TPP) provided by the offeror on the price schedule sheet. Next, an evaluation of each factor and, subsequently, the overall proposal will be performed beginning with the lowest priced proposal. Award will be made to the lowest evaluated priced proposal meeting the acceptability standards for the non-price factors. The Government intends to award a contract without conducting discussions; therefore, the initial proposal shall conform to the solicitation requirements and should contain the best offer from a technical and price perspective.


Please see the attached technical evaluation factors for required documentation to be submitted with your proposal. Any questions regarding this solicitation shall be requested before March 5, 2025 before 4:30 pm CST; in writing by email to Ms. Erin Doering at
Erin.Doering@ihs.gov.

Contact Information

Contracting Office Address

  • DIVISION OF ACQUISITION MANAGEMENT FEDERAL BLDG 115 4TH AVE SE RM 309
  • ABERDEEN , SD 57401
  • USA

Primary Point of Contact

Secondary Point of Contact





History