Search Contract Opportunities

Preventative Maintenance for Aplio 500 US Machine - El Reno IHS   2

ID: 246-24-Q-0137 • Type: Synopsis Solicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This is a combined synopsis/solicitation for commercial products or commercial services 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; quotations 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-0137. Submit only written quotes for this RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. This solicitation is FULL AND OPEN. The associated NAICS code is 811210.

PERIOD OF PERFORMANCE: BASE YEAR 07/01/2024 06/30/2025

OPTION YEAR 1 07/01/2025 06/30/2026

OPTION YEAR 2 07/01/2026 06/30/2027

OPTION YEAR 3 07/01/2027 06/30/2028

Vendor Requirements: SEE ATTACHED STATEMENT OF WORK

Submit Quotes no later than: 06/25/2024 4:00 p.m. CST to the Following Point of Contact (only): Krishna Harriman, Purchasing Agent, via Email: krishna.harriman@ihs.gov.

Evaluation: FAR 52.212-2 Evaluation Commercial Products and Commercial Services (NOV 2021):

(a) The Government will award a firm fixed price Purchase Order 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, offers/items must meet the following:

  • Pricing: Complete Pricing Schedule above including out years. The total of base and out years will be considered for evaluation.
  • Detailed Service Agreement supporting the existing Canon Aplio-500/PS2.000-UL, located at El Reno Indian Health Center.
  • Response time:
    • 15 minute, phone response.
    • 4-hour, standard on-site response.
  • Parts Replacement: OEM replacement parts (deemed necessary by Canon), excluding disposables.
  • Personnel Qualifications: Up to date on all required CE's, equipment training and advances in technology per manufacturer.
  • Services and Parts provided:
    • Letter of Authorization for services on Canon equipment and providing OEM parts.

VENDORS SHALL SUBMIT THE FOLLOWING:

*COMPLETED PRICE SCHEDULE MUST BE COMPLETED FOR CURRENT AND OUT YEARS.

*DETAILED SERVICE AGREEMENT.

*CAPABILITIES IF NOT OUTLINED IN THE SERVICE AGREEMENT.

*SIGNED AND DATED LETTER OR AUTHORIZATION MAY BE REQUESTED.

VENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT DESCRIPTITVE LITERATURE SHOWING HOW THEIR PRODUCT/SERVICES MEETS OR EXCEEDS THE REQUIREMENTS BEING SOLICITED

PROVISIONS: FAR 52.242-1, Solicitation Provisions Incorporated by Reference. (FEB 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far

FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023);

FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Feb 2024);

FAR 52.222-22, Previous Contract and Compliance Reports (Feb 1999);

FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards statute to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (MAY 2014);

FAR 52.252-5, Authorized Deviations in Provisions (NOV 2020);

HHSAR 352.239-72, Information System Security Plan and Accreditation (FEB 2024);

HHSAR 352.239-78, Information and Communication Technology Accessibility Notice (Feb 2024) (DEVIATION);

(the offeror should include a completed copy of these provisions with their quote).

CLAUSES: FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far

FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (NOV 2021);

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 52.212-4, 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 (Feb 2024);

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 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022);

FAR 52.219-28, Post Award Small Business Program Rerepresentation (Feb 2024);

FAR 52.222-2, Privacy Act (Apr 1984);

FAR 52.222-3, Convict Labor (Jun 2003);

FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2024);

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 52.222-50, Combating Trafficking in Persons (Nov 2021);

FAR 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contract for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014)

FAR 52.223-20, Aerosols (MAY 2024);

FAR 52.224-1, Privacy Act Notification (Apr 1984);

FAR 52.224-2; Privacy Act (APR 1984);

FAR 52.224-3 Privacy Training (Jan 2017);

FAR 52.225-13, Restrictions of 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 52.239-1 Privacy or Security Safeguards (Aug 1996);

FAR 52.252-6, Authorized Deviations in Clauses (Nov 2020);

HHSAR CLAUSES:

HHSAR 352.204-73, Contractor Personnel Security and Agency Access (Feb 2024) (DEVIATION);

HHSAR 352.208-70, Printing and Duplication (DEC 2015);

HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (DEC 2015);

HHSAR 352.224-71, Confidential Information (Feb 2024) (DEVIATION);

HHSAR 352.226-1, Indian Preference (Dec 2015);

HHSAR 352.226-2, Indian Preference Program (DEC 2015);

HHSAR 352.232-71, Electronic submission of payment requests (FEB 2022);

HHSAR 352.239-71, Security Requirements for Information Technology Resources (FEB 2024);

HHSAR 352.239-74, Information System Hosting, Operation, Maintenance, or Use. (FEB 2024);

HHSAR 352.239-75, Security Controls Compliance Testing (FEB 2024);

HHSAR 352.239-79, Information and Communication Technology Accessibility (Feb 2024) (DEVIATION);

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.

Background
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in Subpart 12.6. The solicitation is being issued as a Request for Quote (RFQ) # 246-24-Q-0137. The associated code is 811210. The period of performance spans from 07/01/2024 to 06/30/2028, including base year and three option years.

Work Details
The solicitation requires preventative maintenance for Aplio 500 US Machine at El Reno IHS. The RFQ price schedule contains four line items detailing the annual service agreement for each year. Vendors are required to submit completed price schedules, detailed service agreements, capabilities if not outlined in the service agreement, and signed and dated letter of authorization if requested.
Vendors submitting or equal items must submit descriptive literature showing how their product/services meet or exceed the requirements being solicited.

Period of Performance
The period of performance spans from 07/01/2024 to 06/30/2028, including base year and three option years.

Place of Performance
El Reno Indian Health Center

Overview

Response Deadline
June 25, 2024, 5:00 p.m. EDT Past Due
Posted
June 21, 2024, 11:05 a.m. EDT
Set Aside
None
Place of Performance
El Reno, OK 73036 United States
Source

Current SBA Size Standard
$34 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Est. Value Range
Experimental
$5,000 - $15,000 (AI estimate)
Signs of Shaping
The solicitation is open for 4 days, below average for the Indian Health Service.
On 6/21/24 Indian Health Service issued Synopsis Solicitation 246-24-Q-0137 for Preventative Maintenance for Aplio 500 US Machine - El Reno IHS due 6/25/24. The opportunity was issued full & open with NAICS 811210 and PSC J065.
Primary Contact
Name
Krishna Harriman   Profile
Phone
(580) 331-3487

Documents

Posted documents for Synopsis Solicitation 246-24-Q-0137

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 246-24-Q-0137

Contract Awards

Prime contracts awarded through Synopsis Solicitation 246-24-Q-0137

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 246-24-Q-0137

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 246-24-Q-0137

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 246-24-Q-0137

Additional Details

Source Agency Hierarchy
HEALTH AND HUMAN SERVICES, DEPARTMENT OF > INDIAN HEALTH SERVICE > OK CITY AREA INDIAN HEALTH SVC
FPDS Organization Code
7527-00246
Source Organization Code
100188046
Last Updated
July 10, 2024
Last Updated By
krishna.harriman@ihs.gov
Archive Date
July 10, 2024