MODIFICATION
J -- Preventive Maintenance Service for Digital Medical Imaging Equipment (Konica-Minolta)
- Notice Date
- 3/23/2018
- Notice Type
- Modification/Amendment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
- ZIP Code
- 57401
- Solicitation Number
- RFQ-18-068
- Archive Date
- 4/11/2018
- Point of Contact
- Connie R Valandra, Phone: 605-226-7567
- E-Mail Address
-
connie.valandra@ihs.gov
(connie.valandra@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR (Federal Acquisition Regulations) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is Request for Quote-18-068. The solicitation document incorporated provisions and clauses are those in effect through FAC (Federal Acquisition Circular) 2005-97. This is an Open-Market solicitation. NAICS code is 811219 - Other Electronic and Precision Equipment Repair and Maintenance, Small Business Size Standard is $20.5 Million. The unit pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state, and local taxes) plus all other costs pertinent to the performance of this contract. Utilize your most competitive and reasonable rates. Contract Line Items: Base Year: Date of Award through December 31, 2018 1. Blue Moon Select-AeroDR Preventive Maintenance Support Services 1 year @$______/year, totaling $______ Includes: Konica-Minolta AeroDR 14 x 17 LT Package for Panel SN A6C700326, AP, Docking Station, Computer, and Monitor. 2. Blue Moon Select-AeroDR 17 x 17 Additional Detector 1 year @$______/year, totaling $______ Includes: Panel SN A6C3-51320. Option Year One (1): January 1, 2019 through December 31, 2019 3. Blue Moon Select-AeroDR Preventive Maintenance Support Services 1 year @$______/year, totaling $______ Includes: Konica-Minolta AeroDR 14 x 17 LT Package for Panel SN A6C700326, AP, Docking Station, Computer, and Monitor. 4. Blue Moon Select-AeroDR 17 x 17 Additional Detector 1 year @$______/year, totaling $______ Includes: Panel SN A6C3-51320. Option Year Two (2): January 1, 2020 through December 31, 2020 5. Blue Moon Select-AeroDR Preventive Maintenance Support Services 1 year @$______/year, totaling $______ Includes: Konica-Minolta AeroDR 14 x 17 LT Package for Panel SN A6C700326, AP, Docking Station, Computer, and Monitor. 6. Blue Moon Select-AeroDR 17 x 17 Additional Detector 1 year @$______/year, totaling $______ Includes: Panel SN A6C3-51320. Option Year Three (3): January 1, 2021 through December 31, 2021 7. Blue Moon Select-AeroDR Preventive Maintenance Support Services 1 year @$______/year, totaling $______ Includes: Konica-Minolta AeroDR 14 x 17 LT Package for Panel SN A6C700326, AP, Docking Station, Computer, and Monitor. 8. Blue Moon Select-AeroDR 17 x 17 Additional Detector 1 year @$______/year, totaling $______ Includes: Panel SN A6C3-51320. Option Year Four (4): January 1, 2022 through December 31, 2022 9. Blue Moon Select-AeroDR Preventive Maintenance Support Services 1 year @$______/year, totaling $______ Includes: Konica-Minolta AeroDR 14 x 17 LT Package for Panel SN A6C700326, AP, Docking Station, Computer, and Monitor. 10. Blue Moon Select-AeroDR 17 x 17 Additional Detector 1 year @$______/year, totaling $______ Includes: Panel SN A6C3-51320. Total $______ The Great Plains Area Office is soliciting bids for a Firm Fixed-Price, Preventive Maintenance Service contract for Digital Medical Imaging Equipment (Konica-Minolta) for the Woodrow Wilson Keeble Memorial Health Care Center, IHS Sisseton Service Unit, Sisseton, South Dakota. The period of performance will be from Date of Award through December 31, 2018 with four 1-year options with performance dates of January 1, 2019 through December 31, 2019, January 1, 2020 through December 31, 2020, January 1, 2021 through December 31, 2021, and January 1, 2022 through December 31, 2022, respectively. INSTRUCTION TO BIDDERS : Bid must contain the following documents in order to be considered responsive and eligible for an award: Complete the attached FAR and HHSAR (Health and Human Services Acquisition Regulations) provisions and clauses applicable to this acquisition, including: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Jan 2017). This information must be submitted by the Quoter. See FAC 2005-97/L-P-FT for full text. FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014). The Government will award a 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. Award shall be made to the Lowest Price, Technically Acceptable offer. The following factors shall be used to evaluate offers: A. Copy of the manufacturer's training certificate for each specific model listed or a statement of competency for each Service Technician who will perform services under this contract. B. Past performance information. a) Information must be submitted in accordance with 52.212-1 Instruction to Offerors - Commercial Items b) Review of Past Performance Contractors References A) Identify one contract you consider to be the most successful with your reasoning. B) Identify, at least 3, other contracts of similar work and indicate your record of performance. Award will be made on an "all-or-none" basis to the lowest responsive and responsible quoter. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Nov 2017). This must be completed by the Offeror. See attachment for full text. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (Jan 2017) (Incorporated by Reference; and FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Nov 2017). The full text of a clause may be accessed electronically at: https://www.acquisition.gov/?q=browsefar Quotes are due on March 27, 2018 @10:00 am CDT/CST. Submit quotes to: Great Plains Area Indian Health Service Attn: Connie Valandra, Contract Specialist Federal Building, Room 309 115 4th Avenue Southeast Aberdeen, South Dakota 57401-4360 Telephone: 605/226-7567 Facsimile: 605/226-7669 E-mail: connie.valandra@ihs.gov Amend notice to include: Total Small Business Set-Aside
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-18-068/listing.html)
- Place of Performance
- Address: 100 Lake Traverse Drive, Sisseton, South Dakota, 57262, United States
- Zip Code: 57262
- Zip Code: 57262
- Record
- SN04865236-W 20180325/180323231339-d4bd05c6029d6a850b1a924bdf68ae23 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |