THIS SOLICITATION HEREBY UPDATED TO ADD QUESTIONS/ANSWERS FROM INTERESTED VENDORS, AND EXTEND CURRENT DUE DATE TO 07/24/2020.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; best quotes are being requested and a written solicitation will not be issued.
This solicitation is issued as Request for Quotes (RFQ) #246-20-Q-0061. This procurement is being conducted on an unrestricted basis under NAICS code 811219. All eligible and responsible businesses may submit a quote, which will be considered. .
The Indian Health Service has a requirement to purchase Preventative Maintenance for Canon Medical Systems Aquilion CT system located at the Lawton Indian Hospital. The Lawton Indian Hospital is located at 1515 Lawrie Tatum Road, Lawton, OK 73507. Contractor shall provide a firm-fixed monthly rate of Preventative Maintenance services for a period of base year plus four option years.
The closing date for receipt of quotes is July 24, 2020 at 4:30 pm. Offers shall be submitted to the Oklahoma Area Indian Health Service, 701 Market Drive, Oklahoma City, Oklahoma 73114, no later than 4:30 p.m., on July 24, 2020. The offer should be submitted in a sealed envelope, addressed to this office, showing the solicitation number, and your name and address. Due to Covid-19 concerns, arrangements may be made with Contracting Officer to email bids. Please contact Contracting Officer to make arrangements. Qualified vendors will review the following and submit applicable information. No phone inquiries!
STATEMENT OF WORK
Please see attached
CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.farsite.hill.af.mil.
The provisions of 52.212-1, Instructions to Offerors-Commercial Items (Jun 2020), applies to this acquisition. In addition to the information required in FAR 52.212-1, Contractors shall provide the following: (1) registration in the System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/) (2) Two relevant past performances that shall include contract number, location, duration, dollar amount, and project officer contact information (3) Offerors shall provide pricing for periods of Base Year, and Option Years 1-4:
Contractor shall submit their own format for pricing as follows:
Base Year 12 MO _____
Option Year 1 12 MO _____
Option Year 2 12 MO _____
Option Year 3 12 MO _____
Option Year 4 12 MO _____
The provisions of 52.212-2, Evaluation – Commercial Items (Oct 2014) applies to this acquisition. The Government intends to award one from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered.
The following factors shall be used to evaluate quotes: (1) Price; (2) Qualifications; (3) Past Performance
Factors shall be rated as following: Price 50%, Past Performance 30%, and Qualifications 20%. Qualifications and Past Performance, when combined, are 50% of the rating factors.
Quotes will be evaluated on a 1-5 scale as follows: 5) Excellent, 4) Good, 3) Satisfactory, 2) Marginal, and 1) Unsatisfactory. Each evaluation factor shall be evaluated with this scale.
Option Year Pricing: Evaluation of Option Year pricing shall not obligate the Government to exercise the option(s).
MINIMUM EVALUATION CRITERIA
Due date for this requirement is July 24, 2020 at 4:30 PM CT. THE INDIAN HEALTH SERVICE WILL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO RESPOND TO THESE EVALUATION CRITERIA AS FOLLOWS:
A) registration in the System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/. Please note that all parties interested in doing business with the Indian Health Services must be registered in the SAM database.
B) Propose and provide a monthly rate for Preventative Maintenance of mentioned equipment for a period of one Base Year plus 4 Option Years as noted in FAR 52.212-1.
C) Documentation of two (2) relevant past performances to include contract number, location, duration, dollar amount, and project officer contact information.