Oklahoma Bids > Bid Detail

**BUY INDIAN SET ASIDE ** WEWOKA IHS HOLOGIC MAINTENANCE AGREEMENT

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159610764614225
Posted Date: Dec 18, 2023
Due Date: Dec 22, 2023
Source: https://sam.gov/opp/5a06d9fb91...
Follow
**BUY INDIAN SET ASIDE ** WEWOKA IHS HOLOGIC MAINTENANCE AGREEMENT
Active
Contract Opportunity
Notice ID
246-24-Q-0021
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
OK CITY AREA INDIAN HEALTH SVC
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: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Dec 18, 2023 01:06 pm CST
  • Original Date Offers Due: Dec 22, 2023 04:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Wewoka , OK 74884
    USA
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) # 246-24-Q-0021. Submit only written quotes for this RFQ. This solicitation is a 100% BUY INDIAN SET ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-06. The associated NAICS code is 811210.





This RFQ contains Five (5) Line Item:





CLIN



DESCRIPTION



QTY



UNIT



Unit Price



TOTAL



0001



01/18/2024 – 01/17/2025 – Base Year – The contractor shall provide annual service and preventative maintenance inspection coverage on Selenia Dimensions 3D Mammography Machine in accordance with the attached statement of work.



1.00



EA







0002



01/18/2024 – 01/17/2025 – Base Year – The contractor shall provide annual service and preventative maintenance inspection coverage on Selenia Dimensions 3D Mammography Machine in accordance with the attached statement of work.



1.00



EA







0003



01/18/2024 – 01/17/2025 – Base Year – The contractor shall provide annual service and preventative maintenance inspection coverage on Selenia Dimensions 3D Mammography Machine in accordance with the attached statement of work.



1.00



EA







0004



01/18/2024 – 01/17/2025 – Base Year – The contractor shall provide annual service and preventative maintenance inspection coverage on Selenia Dimensions 3D Mammography Machine in accordance with the attached statement of work.



1.00



EA







0005



01/18/2024 – 01/17/2025 – Base Year – The contractor shall provide annual service and preventative maintenance inspection coverage on Selenia Dimensions 3D Mammography Machine in accordance with the attached statement of work.



1.00



EA









PERIOD OF PERFORMANCE: Base Period 01/18/2024 – 01/17/2025



Option Year One 01/18/2025 – 01/17/2026



Option Year Two 01/18/2026 – 01/17/2027



Option Year Three 01/18/2027 – 01/17/2028



Option Year Four 01/18/2028 – 01/17/2029





Vendor Requirements: SEE ATTACHED STATEMENT OF WORK





Submit Quotes no later than: 12/22/2023 4:00p.m. CDT to the Following Point of Contact: Mary Ann Yocham, Contract Specialist, via Email: maryann.yocham@ihs.gov.





Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (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:





Lowest Price Technically Acceptable





- Offers shall be an authorized Hologic representative of reseller.



- Vendor shall only use Hologic manufacture parts for maintenance and servicing.





To be considered technically acceptable, items must meet the following:




  1. The contractor shall provide (2) preventative maintenance (PM) inspections per year along with full Mammography maintenance and repair service for the identified mammography systems that will include all travel, labor and parts on all systems associated with PM calibration and repairs.

  2. The contractor shall provide parts and labor to repair all Cosmetic repairs, FMI’s, software upgrades and operator in-service training are to be performed during PM calibration services.

  3. The contractor shall provide an in-site on-line diagnostic network with manufacturer engineers for technical and diagnostic support services available all hours at no charge.

  4. The contractor’s replacement parts shall be original equipment manufacturer parts.

  5. The contractor shall provide technical support by phone from local FE or on-line remote service from manufacturer FE Monday thru Friday 8:00 am to 5:30 pm.





VENDORS SUBMITTING OR EQUAL ITEMS MUST SUMBMIT DESCRIPTITVE LITERATURE SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING SOLICITED – INCLUDES SERVICE CONTRACT.





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 (Sep 2023); FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (Nov 2023) (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 (Nov 2023); FAR 52.212-5 (Dec 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; FAR 52.203-17, Contractor Employee Whistleblower Rights; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-27, Prohibition on a ByteDance Covered Application; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on Subcontracting; FAR 52.219-16, Liquidated Damages-Subcontracting Plan; FAR 52.219-28, Post Award Small Business Program Rerepresentation; 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 52.222-54, Employment Eligibility Verification; FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving; FAR 52.225-1, Buy American Act--Supplies; FAR 52.225-5, Trade Agreements; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.232-36, Payment by Third Party; FAR 52.247-64, Prederence for Privately Owned U.S-Flag Commercial Vessels. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil.





Miscellaneous:



NO FAX QUOTATIONS



ELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (maryann.yocham@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.


Attachments/Links
Contact Information
Contracting Office Address
  • 701 MARKET DRIVE
  • OKLAHOMA CITY , OK 73114
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 18, 2023 01:06 pm CSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >