Oklahoma Bids > Bid Detail

Small Business Set-aside - Service Agreement for Zeiss Optometry Equipment for Clinton and El Reno IHS

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159677083580561
Posted Date: Mar 7, 2024
Due Date: Mar 13, 2024
Source: https://sam.gov/opp/c5f5920ba3...
Follow
Small Business Set-aside - Service Agreement for Zeiss Optometry Equipment for Clinton and El Reno IHS
Active
Contract Opportunity
Notice ID
246-24-Q0066
Related Notice
246-24-Q0066
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: Mar 07, 2024 11:22 am CST
  • Original Date Offers Due: Mar 13, 2024 11:00 am CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 28, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J065 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Clinton , OK 73601
    USA
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-0066. Submit only written quotes for this RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03. This solicitation is a 100% Small Business set-aside. The associated NAICS code is 811210 with a Small Business Standard size of $34M.



PERIOD OF PERFORMANCE: BASE YEAR: 04/01/2024 – 03/31/2025



OPTION YEAR 1: 04/01/2025 – 03/31/2026



OPTION YEAR 2: 04/01/2026 – 03/31/2027



OPTION YEAR 3: 04/01/2027 – 03/31/2028





Vendor Requirements: SEE ATTACHED STATEMENT OF WORK





Submit Quotes no later than: 03/13/2024 11:00 a.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 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:





Best Value (see criteria below)



To be considered technically acceptable, offers/item must meet the following:




  • Complete Service Agreement shall include:

    • Preventative Maintenance according to the manufacturer’s guidelines (often once a year), by prior arrangement or in accordance with the maintenance schedule. Including wear and tear parts check according to manufacturer’s guidelines during system inspection and calibration.

    • Technical phone support for technical and application issues and Service hotline with Zeiss personnel incase of an emergency or other issues with Zeiss system.

    • Corrective maintenance to include repair (labor time) to correct an equipment in case of malfunction.

    • Remote Service involving the use of encrypted internet connection to perform activities such as identifying souces of malfunctions, remote support, software updates, etc.

    • Spare parts of instruments are exchanged in order to restore the complete functionality of the device. For this purpose, original Zeiss spare parts are used only.



  • Vendor shall provide a signed and dated proprietary letter from manufacturer to provide services on Cirrus 5000 and HFA3 860.

  • Personnel qualifications

  • Past Performance pertaining to services on Zeiss Cirrus 5000 and HFA3 860 equipment.

  • Price for current and out years.





(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).





(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.





(End of provision)





VENDORS SHALL SUBMIT THE FOLLOWING:



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



*COMPLETE SERVICE AGREEMENT DETAILS.



*SIGNED AND DATED PROPRIETARY LETTER FROM MANUFACTURER.



*PERSONNEL CERTIFICATION(S)



*3 PAST PERFORMANCE REFERENCES.







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





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 & HHSAR provisions apply to this solicitation:



FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (SEP 2023); FAR 52.212-3, Offeror Representations and Certifications-Commerical Products and Commercial Services (FEB 2024); FAR 52.222-22, Previous Contract and Compliance Reports (FEB 1999); FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification (MAY 2014); HHSAR 352.239-73, Electronic Information and Technology Accessibility Notice (DEC 2015).



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





CLAUSES: The following FAR & HHSAR clauses apply to this solicitation:



FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023); FAR 52.212-5 (FEB 2024), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Products and Commercial Services (to include the following clauses sited):



FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023); 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 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020); FAR 52.219-28, Post Award Small Business Program Rerepresentation (FEB 2024); FAR 52.222-3, Convict Labor (Jun 2003); 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 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving (Jun 2020); FAR 52.223-20, Aerosols (Jun 2016); FAR 52.224-3 Privacy Training (Jan 2017); FAR 52.225-13, Restriction on Certain Foreign Purchases (Feb 2021); 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 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014); FAR 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014); FAR 52.217-8 Option to Extend Services (NOV 1999); FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000); HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (DEC 2015), HHSAR 352.223-70, Safety and Health (DEC 2015); HHSAR 352.224-70, Privacy Act (DEC 2015); HHSAR 352.224-71, Confidential Information (DEC 2015); HHSAR 352.232-71, Electronic submission of payment requests (FEB 2022); HHSAR 352.237-75, Key Personnel (DEC 2015);





The above Provisions and Clauses may be obtained via internet at https://www.acquisition.gov/browse/index/far





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.




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


History

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 >