United States - Ultrasound Preventative Maintenance and Repair Services
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 03 May 2019
- Opportunity publication date
- 05 April 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: Apr 04, 2019 3:04 pm
1. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, and is being conducted under FAR Part 13; Simplified Acquisition Procedures. IHS will conduct the procurement according to a combination of FAR Part 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures as supplemented with additional information included in this notice.
2. The Department of Health and Human Services, the Phoenix Area Indian Health Service (IHS), Phoenix Regional Office, is soliciting quotes for Ultrasound Preventive Maintenance and Repair Services at the Phoenix Indian Medical Center (PIMC) located in Phoenix, Arizona. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The solicitation number for this procurement is RFQ-19-PHX-12 and is hereby issued as a Request for Quotation (RFQ).
3. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-01, effective 20 Dec 2018 (updated with Class Deviation: 2019-O0005). It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: http://farsite.hill.af.mil/vmfara.htm
4. North American Industry Code (NAICS): 811219
Size Standard: $20.5M
5. Service Performance Location: Phoenix Indian Medical Center (PIMC), 4212 N. 16th St., Phoenix, AZ 85016
6. The provision at FAR 52.212-1, Instructions to offerors - Commercial, applies to this solicitation.
7. The provision at FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The lowest price technically acceptable (LPTA) process described in FAR 15.101-2 will be used, meaning the award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors.
8. Offeror must be registered in the System for Award Management (SAM) at the time offer is submitted. A nine digit Data Universal Numbering System (DUNS) number provided by Dun and Bradstreet is required to register. The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2018) with its quote if not previously listed in System for Award Management (SAM.gov).
9. Period of Performance (POP): Base year plus four (4) one (1) year option periods for a total of five (5) years. POP estimated start date: 06/1/2019.
10. Work to be performed: See attached SOW and supporting documents. Note: Price Schedule shall be used for cost/pricing portion of offers.
11. Quotes are all inclusive, FOB destination. The Government will only consider firm fixed-price quotations.
12. Questions regarding the solicitation shall be submitted in writing (no phone calls accepted) to the Contract Specialist via email no later than April 17, 2019 at 1:00 p.m. AZ Time.
Copies of material questions and answers will be furnished to all offerors by issuance of an Amendment. Questions received after this date may not be acknowledged and/or answered. Submit questions to Elizabeth Thorstad at elizabeth.thorstad@ihs.gov and Nestor Noble at nestor.noble@ihs.gov.
13. All offers shall include the following information:
Part I. Technical information: Cover sheet with solicitation number, DUNS, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Note: DUNS number will be used to verify offerors current registration in SAM.GOV. In order to be considered responsive to the solicitation, offerors shall submit training and manufacturer's authorization with offer as detailed in SOW Section 7.
Part II. Past Performance: Past performance on at least two or more similar or same scope of contracts with government agencies and private industry in terms of quality of work, compliance with performance schedules, provision of qualified persons to client both at time of award and to replacement of contractor persons.
Part III. Price: Cover sheet with solicitation number, discount/payment terms, DUNS, taxpayer identification number (TIN), identification of any special commercial terms be signed by an authorized company representative and completed Price Schedule.
14. It is the offerors responsibility to monitor this site for the release of amendments (if any). Potential offerors will be responsible for downloading their own copy of this notice, the on-line RFQ, and amendments (if any). Amendments shall be acknowledged with offer.
15. Quotes are required to be received no later than May 3, 2019 at 1:00 p.m. AZ Time. All quotes must be e-mailed ONLY to: elizabeth.thorstad@ihs.gov and nestor.noble@ihs.gov Email submissions are limited to 5MB. The submitter should confirm receipt of email submissions.
- Opportunity closing date
- 03 May 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of Health and Human Services Phoenix Area Office United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.