Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 15, 2025 SAM #8663
SOLICITATION NOTICE

J -- BIOMED Equipment Maintenance

Notice Date
8/13/2025 7:03:38 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018925Q0410
 
Response Due
8/19/2025 7:00:00 AM
 
Archive Date
09/03/2025
 
Point of Contact
Amber Bradley, Phone: 7712293567
 
E-Mail Address
amber.v.bradley.civ@us.navy.mil
(amber.v.bradley.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Please note this amendment changes the SOW to remove defibrillators, updates the equipment list for items to be serviced and updates the period of performance. 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; quotes are being requested and a written solicitation will not be issued. The request for quote (RFQ) number is N0018925Q0410. The Government intends to solicit a Firm Fixed Price contract as a full and open competition in accordance with FAR part 13. The NAICS code is 811210. The proposed contract action is to provide preventative maintenance, and comprehensive documentation services for essential medical response equipment utilized by Navy Region Mid-Atlantic Fire & Emergency Services across sixteen (16) installations. This includes ambulance stretchers, stair chairs, and cardiac monitors. A detailed description of the requirement is provided in the attached Statement of Work Statement (SOW). The required period of performance is: Base Period: 08SEP2025 � 07SEP2026 Option Period 1: 08SEP2026 � 07SEP2027 Delivery is FOB Destination. Performance location: See SOW. Method of Payment: Wide Area Work Flow. This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-04 and DFARS Publication Notice 1/17/2025. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/browse/index/far and https://www.acquisition.gov/dfars. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Specific evaluation criteria included in paragraph (a) of the provision is as follows: The Government will award on the basis of price unless the contracting officer is aware of past performance information related to the low price quote which indicates that quote may not represent best value. In that case, the Government reserves the right to consider the past performance of other quotes, conduct a price, past performance tradeoff, and award to other than the lowest price quote. Quoters are requested to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with the quote. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. Additional FAR clauses cited in the clause are check marked as applicable to the acquisition. There will be no question and answer period for this amendment. This announcement will close at 1000 AM ET on Tuesday, 19 August 2025. All responsible sources may submit a quote to Amber Bradley, who can be reached at amber.v.bradley.civ@us.navy.mil or (1)771-229-3567. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. List of Attachments: - Attachment 1 � SOW - Attachment 2 � Combined Synopsis/Solicitation (Inclusive of Clauses & CLIN Structure) - Attachment 3 � Equipment List
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b2aa5861660a4b0889985c4c12f9cf53/view)
 
Place of Performance
Address: Norfolk, VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN07548837-F 20250815/250813230047 (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.