Search Contract Opportunities

Preventative Services

ID: N0018922R0050 • Type: Synopsis Solicitation • Match:  85%
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:
Loading

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

The request for quote (RFQ) number is N0018922R0050. The Government intends to solicit a Firm Fixed Price contract as a sole source, under the authority of FAR 13.501. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a quote which shall be considered by the agency. The NAICS code is 811219 and the Small Business Standard is $22 million. The proposed contract action is to provide preventative services in accordance with the attached Statement of Work (SOW). A detailed description of the requirement is provided in the attached SOW. The required delivery date is 25 April 2022.

Delivery is FOB Destination.

Delivery location is: CNRNDW Comptroller, 1411 Parsons Ave, Washington, DC 20374-5004

Method of Payment: Government Purchase Card.

This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2021-03 and DFARS Publication Notice 1/15/2021. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.

Quoters are requested to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with the quote.

Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.

Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause are check marked as applicable to the acquisition.

This announcement will close at 3:00 PM EST on Thursday, 21 April 2022. All responsible sources may submit a quote to Sarah Celestin, who can be reached at sarah.n.celestin@navy.mil or 757-443-2105. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be conisdered by the agency.

Background
The solicitation is for preventative maintenance and repair of existing defibrillator equipment at various government sites under the Naval District Washington Fire & Emergency Services. The contract is being solicited as a sole source, with Stryker Corp being the only authorized manufacturer or distributor of parts for the equipment. The estimated cost for the base year is $26,001.00 and $104,004.00 for four option years.

Work Details
The contractor shall provide services for preventative maintenance and repair of existing defibrillator equipment at all Government sites listed in the attached Statement of Work (SOW). This includes maintenance of cardiac monitor/defibrillators, including automatic defibrillators, semi-automatic defibrillators, and manual cardiac monitors/defibrillators manufactured by Physio Control Inc.

The period of performance spans from April 25, 2022, through April 24, 2027. Maintenance services include onsite preventative maintenance, emergency repair services within 24 hours, and technical support calls during normal business hours. The contractor must comply with security requirements and ensure unclassified access to federally controlled facilities.

Period of Performance
The period of performance spans from April 25, 2022, through April 24, 2027.

Place of Performance
The geographic locations where the contract will be performed include NSA Annapolis, MD; NSA Bethesda, MD; NSA Washington, DC; NSF Indian Head MD; NSF Dahlgren VA; and other Navy Region Mid-Atlantic fire station locations.

Overview

Response Deadline
April 21, 2022, 3:00 p.m. EDT Past Due
Posted
April 19, 2022, 4:06 p.m. EDT
Set Aside
None
Place of Performance
Washington Navy Yard, DC 20374 United States
Source

Current SBA Size Standard
$22 Million
Pricing
Fixed Price
Est. Level of Competition
Sole Source
On 4/19/22 NAVSUP Fleet Logistics Center Norfolk issued Synopsis Solicitation N0018922R0050 for Preventative Services due 4/21/22. The opportunity was issued full & open with NAICS 811219 and PSC J042.
Primary Contact
Name
sarah.n.celestin@navy.mil   Profile
Phone
(757) 443-2105

Documents

Posted documents for Synopsis Solicitation N0018922R0050

Opportunity Assistant

Contract Awards

Prime contracts awarded through Synopsis Solicitation N0018922R0050

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N0018922R0050

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N0018922R0050

Experts for Preventative Services

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP > NAVSUP GLOBAL LOGISTICS SUPPORT > NAVSUP FLC NORFOLK > NAVSUP FLT LOG CTR NORFOLK
FPDS Organization Code
1700-N00189
Source Organization Code
500021468
Last Updated
May 6, 2022
Last Updated By
sarah.n.celestin@navy.mil
Archive Date
May 6, 2022