SOLICITATION NOTICE
J -- Semiannual Preventative Maintenance and Repair - Dr�ger Apollo Anesthesia Systems
- Notice Date
- 8/5/2025 9:57:19 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811210
—
- Contracting Office
- FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
- ZIP Code
- 32542-5418
- Solicitation Number
- FM2823-25-R-0043
- Response Due
- 8/29/2025 11:30:00 AM
- Archive Date
- 09/13/2025
- Point of Contact
- JEREMY RENNAHAN, Phone: 850-882-0495
- E-Mail Address
-
JEREMY.RENNAHAN.1@US.AF.MIL
(JEREMY.RENNAHAN.1@US.AF.MIL)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This is a combined synopsis/solicitation for commodities 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; quotes are being requested, and a written solicitation will NOT be issued. This is a competitive Request for Proposal (RFP) and the solicitation number for this requirement is FM2823-25-R-0043. The Operational Contracting Division, Air Force Test Center at Eglin, AFB, Florida, requires a Full-Service Semiannual Preventative Maintenance and Repair for eleven (11) Dr�ger Apollo Anesthesia Systems at Eglin AFB, FL in accordance with the Performance Work Statement (PWS) dated June 30, 2025. This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, as supplemented. This procurement will be conducted as a 100% Small Business set-aside; please identify your business size in your response based upon this standard. Award will be made to the lowest priced, responsible Offeror whose offer conforms to all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements. There will be no advanced payments. The North American Industry Classification System code (NAICS) is 811210, Surgical and Medical Instrument Manufacturing, with a small business size standard of $34.0 M and Product Service Code (PSC) J065 � Maintenance/Repair/Rebuild Of Equipment � Medical, Dental, and Veterinary Equipment. A firm-fixed priced purchase order will be awarded. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. The Government is not responsible for any costs incurred or associated with preparation and submission of an offer in response to this solicitation. NO OFFERORS WILL BE COMPENSATED FOR SUBMITTING AN OFFER. Requirements: The requirement is for a non-personal services contract to provide Full-Service Semiannual Preventative Maintenance and Repair for eleven (11) Dr�ger Apollo Anesthesia Systems at Eglin AFB, FL in accordance with the Performance Work Statement (PWS) dated June 30, 2025 in accordance with the attached Performance Work Statement. The Period of performance will be a twelve-month base line with two (2) one-year options, commencing on 1 October 2025 and ending on 30 September 2028. CLIN 0001 � Dr�ger Apollo Anesthesia Workstation Preventive & Corrective Maintenance CLIN 1001 � Dr�ger Apollo Anesthesia Workstation Preventive & Corrective Maintenance CLIN 2001 � Dr�ger Apollo Anesthesia Workstation Preventive & Corrective Maintenance Note: See attached SF 1449, Solicitation and PWS for detailed CLIN structure and full requirement. Requirement Services shall meet the following objectives for maintenance and repairs on the Dr�ger Apollo Anesthesia Machines: OEM Compliance: All work must be performed using OEM proprietary software, OEM service manuals, and genuine Dr�ger replacement parts. Technician Qualifications: Technicians must be trained and certified by Dr�ger for the Apollo Anesthesia Machine. A valid certificate of Dr�ger Academy completion for Apollo systems must be submitted with the quote and available upon request during performance. Parts and Materials: Only OEM Dr�ger parts shall be used. Substitutions or use of third-party parts is strictly prohibited. SUBMISSION REQUIREMENTS Please provide a proposal/offer for the line items indicated in the attached solicitation. Failure to quote on the CLIN will render the quote unacceptable and ineligible for award consideration in the absence of discussions. Contract proposal/offer shall include a valid certificate of Dr�ger Academy completion for Apollo Anesthesia systems must be submitted with the quote and available upon request during performance. In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. Offers must list CAGE code, Company name, POC, and phone number. If you need to obtain or renew a CAGE code, please visit https://sam.gov/. Lack of registration in SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. Offerors must submit quotations for all items listed. Partial offers will not be considered for award. Offerors company generated quotes will be accepted but must include all requested information with in the RFQ. See Attachment 4 � Quotation Submission Template for required information. Reminder: The government will not accept the use of any substitutions to the use of OEM proprietary software, OEM service manuals, and genuine Dr�ger replacement parts refurbished/used/substitutions to OEM Dr�ger or use of third-party parts for any required repairs EVALUATION PROCESS: In accordance with the FAR Subpart 13.106-1(a)(2) offerors are notified that the award will be made to the lowest priced offeror that meets the minimum requirement or presents the best value to the government. Offer will be evaluated in accordance with FAR Subpart 13.106-2(b). The government is not obligated to determine a competitive range, conduct discussions, solicit final revised quotes, or use other techniques associated with FAR Part 15. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide all requested information shall be considered non-compliant and your quote could be removed from the evaluation process. Award will be made to the responsible offeror whose conforming offer is most advantageous to the Government, considering price and other factors. The following factors shall be used to evaluate offers: Price (Follow these instructions): Offerors must submit firm-fixed price quotations that meet the requirements in this RFP, including all information and Contract Line-Item Numbers (CLINs) specified in Attachment 1 (SF 1449). Offers without pricing for the specified CLINs will be deemed unacceptable and ineligible for award. Past Performance Relevancy: The Offeror must provide one (1) to three (3) references of similar work experience using Attachment 3, Past Performance Relevancy Worksheet. These references demonstrate the Offeror's capacity to meet the requirements outlined in the Statement of Objectives. The Contracting Officer may contact these references for verification. The Government may also gather performance information from other sources for evaluation purposes. Technical Evaluation: Offerors will be evaluated on their experience and capability to provide the requested services efficiently and in accordance with the Performance Work Statement (PWS). Offerors must demonstrate their corporate experience, approach to meeting all customer�s requirements and objectives outlined in the PWS and requirements list, and that their technicians meet the qualification standards. If any portion of this work will be subcontracted, please provide the name and address of each subcontractor and a description of their planned contribution. DEADLINE: Offers/Proposal responses are due NO LATER THAN 13:30 P.M. (CST) on Friday, 29 August 2025. Direct all questions concerning this requirement to the Contracting Officer Jeremy Rennahan at jeremy.rennahan.1@us.af.mil. Attachments: The following documents are included with this RFP: Attachment 1 � Solicitation (SF 1449) Attachment 2 � Performance Work Statement (PWS) Attachment 3 � Performance Relevancy Questionnaire
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/836309cdd8134982943c8fd700e9576d/view)
- Place of Performance
- Address: Eglin AFB, FL 32542, USA
- Zip Code: 32542
- Country: USA
- Zip Code: 32542
- Record
- SN07536517-F 20250807/250805230044 (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 |