Base Year + 4 Option Years for Preventative maintenance and Service Agreement on the existing Hologic Selenia Dimensions 3D Mammography System. (Соединенные Штаты Америки - Тендер #49499563) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки) Номер конкурса: 49499563 Дата публикации: 22-12-2023 Источник тендера: Государственные закупки США |
||
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).
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-0027. Submit only written quotes for this RFQ. This solicitation is 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 Items for a Base plus four option years:
CLIN DESCRIPTION QTY UNIT
0001 04/07/2024 – 04/06/2025 – 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 04/07/2025 – 04/06/2026 – Option Year 1– 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 04/07/2026 – 04/06/2027 – Option Year 2– 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 04/07/2027 – 04/06/2028 – Option Year 3– 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 04/07/2028 – 04/06/2029 – Option Year 4– 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 Year: 04/07/2024 – 04/06/2025
Option Year One: 04/07/2025 – 04/06/2026
Option Year Two: 04/07/2026 – 04/06/2027
Option Year Three: 04/07/2027 – 04/06/2028
Option Year Four: 04/07/2028 – 04/06/2029
Vendor Technical Requirements: The contractor shall provide preventative maintenance inspections along with full maintenance and repair support service in accordance with manufacturer requirements, specifications, guidelines, checklists, revisions and addendum modifications for the existing Hologic Selenia Dimensions 3D Mammography System (1).
Support and Maintenance shall be inclusive of, but not limited to:
Submit Quotes no later than: 12/19/2023 04:00p.m. CDT to the Following Point of Contact: via Email: amber.chavez@ihs.gov.
Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (NOV 2021) (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
Evaluation Factors:
To be considered technically acceptable, items must meet the following:
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; 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 Governments 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 http://farsite.hill.af.mil.
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.