Search Contract Opportunities

GE Optima XR 646 2-D Radiographic System preventative maintenance and repair support services.

ID: 246-23-Q-0134 • Type: Synopsis Solicitation

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-0134 to establish a Base Year + 4 Option Years for Preventative Maintenance and Support Services. Submit only written quotes for this RFQ. This solicitation is a TOTAL SMALL BUSINESS SET-ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. The associated NAICS code is 621512.

This RFQ contains Five (5) Line Items:

CLIN DESCRIPTION ITEMS

0001 Base Yr. 08/01/2023 07/31/2024 PM and Support Services

0002 Option Yr. 1 08/01/2024 07/31/2025 PM and Support Services

0003 Option Yr. 2 08/01/2025 07/31/2026 PM and Support Services

0004 Option Yr. 3 08/01/2026 07/31/2027 PM and Support Services

0005 Option Yr. 4 08/01/2027 07/31/2028 PM and Support Services

PERIOD OF PERFORMANCE

Base Year 08/01/2023 07/31/2024

Option Year 1 08/01/2024 to 07/31/2025

Option Year 2 08/01/2025 to 07/31/2026

Option Year 3 08/01/2026 to 07/31/2027

Option Year 4 08/01/2027 to 07/31/2028

VENDOR REQUIREMENTS

SEE ATTACHED STATEMENT OF WORK (SOW) FOR A DETAILED DESCRIPTION OF THE SERVICES THE GOVERNMENT REQUIRES.

Submit Quotes no later than: 07/07/2023 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 Products and Commercial Services (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:

This will be a lowest price technically acceptable solicitation to lead to a firm fixed price contract. The solicitation will be open for the required length of time and the proposals will be evaluated by a panel of Medical Imaging personnel within Pawnee Indian Health Center. Technical factors will be more heavily weighted than price and past performance.

The source selection will look at the evaluation factors from the combined synopsis/solicitation. The following factors shall be used to evaluate offers:

  1. Technical capability of the item offered to meet the Government requirement: The expected capability shall be qualification to perform preventative maintenance and repairs (Certified Engineer) and familiarity with the GE Optima 646 equipment, etc.
  2. Price
  3. Past Performance

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

**Vendor must be registered through SAM (System for Award Management).

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 (JUN 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.

Overview

Response Deadline
July 10, 2023, 3:00 p.m. EDT Past Due
Posted
July 2, 2023, 8:13 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Pawnee, OK 74058 United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Signs of Shaping
The solicitation is open for 8 days, below average for the Indian Health Service and it was released over a weekend. 66% of obligations for similar contracts within the Indian Health Service were awarded full & open.
On 7/2/23 Indian Health Service issued Synopsis Solicitation 246-23-Q-0134 for GE Optima XR 646 2-D Radiographic System preventative maintenance and repair support services. due 7/10/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 621512 (SBA Size Standard $19 Million) and PSC J065.
Primary Contact
Name
Amber Chavez   Profile
Phone
(918) 762-6614

Documents

Posted documents for Synopsis Solicitation 246-23-Q-0134

Question & Answer

Contract Awards

Prime contracts awarded through Synopsis Solicitation 246-23-Q-0134

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 246-23-Q-0134

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 246-23-Q-0134

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 246-23-Q-0134

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 25, 2023
Last Updated By
sean.long@ihs.gov
Archive Date
July 25, 2023