Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 22, 2022 SAM #7448
SOLICITATION NOTICE

J -- Annual testing for Philips Ingenia 1.5T MRI machine at Weed Army Community Hospital

Notice Date
4/20/2022 12:51:20 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
W40M USA HLTH CONTRACTING ACT JBSA FT SAM HOUSTON TX 78234-0000 USA
 
ZIP Code
78234-0000
 
Solicitation Number
W81K0022Q0079
 
Response Due
4/22/2022 3:00:00 PM
 
Archive Date
05/07/2022
 
Point of Contact
Spencer Matsushima
 
E-Mail Address
spencer.s.matsushima.civ@mail.mil
(spencer.s.matsushima.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Pursuant to the authority at FAR 12.603(c)(2): (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number for this is stated in the posting and will be issued as an RFQ. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04. (iv) The Government intends to solicit with a 100% Total Small Business Set-Aside. The associated NAICS code is 811219 with a small business size standard of $22M (v) Line items are detailed as follows: LINE ITEM: 0001 DESCRIPTION: MRI Survey EXTENDED DESCRIPTION: All services shall be in accordance with the included PERFORMANCE WORK STATEMENT QTY: 1 UNIT OF ISSUE: Job (vi) This requirement is to provide MRI annual testing for Weed Army Community Hospital (WACH). Please see attached Performance Work Statement for details. (vii) FOB DESTINATION DELIVERY/POP: 1 May 2022 to 31 May 2022 PLACE OF PERFORMANCE: Weed Army Community Hospital� ATTN: Medical Maintenance� Bldg. 390 North Loop Road� Fort Irwin, CA 92310-5109 (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial (DEVIATION 2018-O0018), applies to this acquisition. Additional information regarding this provision is included below: ADDENDUM TO 52.212-1 Paragraph 52.212-1(m) is hereby added: (m) The non-FAR Part 12 discretionary FAR and DFARS provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 herein for locations where full text can be found. (End of Addendum) (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items will be used. Additional information regarding this provision is included below: ADDENDUM TO 52.212-2 Paragraph (a) is hereby replaced with the following: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the best value to the Government, price and other factors considered. Award will be made using the lowest price technically acceptable (LPTA) source selection process. The following factors shall be used to evaluate offers: Factor I: Technical The Technical portion of each quote will assess whether the individual performing the services required meet the minimum requirements listed in Section 3.2 of the Performance Work Statement. Factor I will receive one adjectival rating defined below. ADJECTIVAL RATING: DESCRIPTION ACCEPTABLE: The minimum requirements listed in Section 3.2 of the Performance Work Statement have been met or exceeded. UNACCEPTABLE: The minimum requirements listed in Section 3.2 of the Performance Work Statement have not been met. Factor II: Price Price Analysis will be conducted. Quotes will be evaluated for price fair and reasonableness.� A price is fair and reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of proposed prices received in response to the solicitation and/or comparison of proposed prices with the Independent Government Estimate. Price must be determined fair and reasonable. Other price/cost analysis techniques in accordance with FAR 13.106-3(a) may be used to further validate price reasonableness. If adequate price competition is not obtained or if price reasonableness cannot be determined using price analysis of Government obtained information, additional information in accordance with FAR 15.402(a) and FAR 13.106-2(b)(1) may be required from the Vendor to support the proposed price. Due to the LPTA nature of this solicitation, award shall be given to the Vendor who has the lowest-priced quote that receives an ACCEPTABLE rating for Factor I. (End of Addendum) (x) The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. Unless the Offeror has not completed the annual representations and certification electronically, the offeror shall complete paragraph (c) through (v) of this provision and include with their quote submission. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. Additional information regarding this clause is included below: ADDENDUM TO 52.212-4 Paragraph 52.212-4(w) is hereby added: (w) The non-FAR Part 12 discretionary FAR and DFARS clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. (End of Addendum) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items �(JUL 2021) (DEVIATION 2018-O0021) (SEP 2018), applies to this acquisition. (xiii) The following clauses and provisions are applicable for this requirement: 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)� 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)� 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016)� 52.204-17 OWNERSHIP OR CONTROL OF OFFEROR (JUL 2016)� 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)� 52.204-24 REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (OCT 2020)� 52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (OCT 2020)� 52.209-2 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS - REPRESENTATIONS (NOV 2015)� 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (NOV 2015)� 52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016)� 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (SEP 2021)� 52.212-1 ADDENDUM 52.212-2 EVALUATION -- COMMERCIAL ITEMS (OCT 2014)� 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (FEB 2021) ALTERNATE I (OCT 2014)� 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (OCT 2018)� 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (JUL 2021) (DEVIATION 2018-O0021) (SEP 2018) 52.219-28 SMALL BUSINESS PROGRAM REPRESENTATION (SEP 2021)� 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2020) 52.223-1 BIOBASED PRODUCT CERTIFICATION (MAY 2012)� 52.223-10 WASTE REDUCTION PROGRAM (May 2011)� 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (JUN 2020)* 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (FEB 2021)� 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN- REPRESENTATION AND CERTIFICATION (JUN 2020)� 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER�SYSTEM FOR AWARD MANAGEMENT (OCT 2018)� 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)� 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)� 52.233-3 PROTEST AFTER AWARD (AUG 1996)� 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004)� 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984)� 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)� 52.252-2 CLAUSES INCORPORATED BY REFERENCE (NOV 2020)� 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984)� 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020)� 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)� 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013)� 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)� 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)� 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016)� 252.204-7012 COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (DEC 2019)� 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016)� 252.204-7016 COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019)� 252.204-7017 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES� REPRESENTATION (DEC 2019) 252.204-7018 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2021)� 252.204-7019 NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020)� 252.204-7020 NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020) 252.223-7006 PROHIBITION ON STORAGE AND DISPOSAL OF TOXIC AND HAZARDOUS MATERIALS - BASIC (SEP 2014)� 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013)� 252.225-7048 EXPORT CONTROLLED ITEMS (JUN 2013)� 252.225-7973 PROHIBITION ON THE PROCUREMENT OF FOREIGN-MADE UNMANNED AIRCRAFT SYSTEMS�REPRESENTATION (MAY 2020) (DEVIATION 2020-O0015)� 252.225-7974 REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (DEVIATION 2020-O0005) (FEB 2020)� 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018) (DEVIATION 2018-A0001) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006)� 252.232-7017 ACCELERATING PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS-PROHIBITION OF FEES AND CONSIDERATION (APR 2020)� 252.243-7001 PRICING OF CONTRACT MODIFICATIONS (DEC 1991)� 252.246-7003 NOTIFICATION OF POTENTIAL SAFETY ISSUES (JUN 2013)� 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA � BASIC (FEB 2019)� (xiv) The Defense Priorities and Allocations System (DPAS) rating does not apply to this acquisition. (xv) All offers are due by the date and time specified in this posting and shall be submitted via email to the POC email address stated in this posting. (xvi) The individual to contact for information regarding this solicitation is stated in the posting.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/176714dd5f88433e8b810aee27a28aed/view)
 
Place of Performance
Address: Fort Irwin, CA 92310, USA
Zip Code: 92310
Country: USA
 
Record
SN06302890-F 20220422/220420230053 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.