Trade Leads

Repair and Maintenance Needed
Maintenance, repair & rebuilding of equipment NAICS Code: 811 -- Repair and Maintenance/811219 -- Other Electronic and Precision Equipment Repair and Maintenance 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 via the attached SF-1449, statement of work and terms and conditions. The solicitation is issued as Request for Quote (RFQ) # CLA-16-Q-0028 for a Service Agreement contract for one (1) GE Vivid E95 System IAW the attached scope of work. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, effective 3/16/2016. This procurement is unrestricted under NAICS Code 811219 with a standard business size of $20.5M 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 (OCT 2015), applies to this acquisition. In addition to the information required in FAR 52.212-1, Contractors shall provide the following: (1) verification of indemnification (2) three past performance references to include the contact name and phone number, contract number, company name, brief description of project; and (3) their Dun and Bradstreet Number (note: Contractors must be registered in the System for Award Management (SAM) to be eligible for award. This can be done at http://www.sam.gov). The provisions of 52.212-2, Evaluation-Commercial Items (OCT 2014), applies to this acquisition. 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. The following factors shall be used to evaluate offers: Technical Capability, Past Performance and Price. The Government will evaluate and rate offerors Technical Capability and Past Performance as Acceptable or Unacceptable. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2015) applies to this acquisition. 52.204-7 System for Award Management (JUL 2013) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011), 52.223-6 Drug-free Workplace (MAY 2001). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (MAR 2016) applies to this acquisition. The following clauses apply: 52.203-6, Restriction on Subcontractor Sales to the Government (SEPT. 2006); 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) 52.222-3, Convict Labor (JUN 2003); 52.222-21, Prohibition of Segregated Facilities (APR 2015); 52.222-26, Equal Opportunity (APR 2015); 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014); 52.222-50, Combating Trafficking in Persons (MAR 2015); 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management (JUL. 2013) The following FAR and HHSAR clauses apply: 352.237-71 Crime Control Act-reporting of child abuse. (DEC 18, 2015) and 352.237-72 Crime Control Act requirement for background checks. (DEC 18, 2015). Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2016) or indicate certifications in System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. Quotes are due by 10:00 am CST, May 13, 2016, at Claremore Indian Hospital, 101 S.Moore Ave, Claremore, Oklahoma, 74017-5047 and must be delivered electronically to LaDonna Collins, Supervisory Contract Specialist, ladonna.collins@ihs.gov and Eileen Soban, Purchasing Agent, eileen.soban@ihs.gov. All responsible sources may submit a response which, if timely received, will be considered by the agency. Contracting Office Address: Claremore Indian Hospital 101 South Moore Claremore, Oklahoma 74017 Place of Performance: 101 S. Moore Avenue Claremore, Oklahoma 74017-5047 United States Primary Point of Contact.: LaDonna Collins, Supervisory Contract Specialist ladonna.collins@ihs.gov Phone: 9183426447 Secondary Point of Contact: Eileen S. Soban, Purchasing Agent eileen.soban@ihs.gov Phone: 9183426511
https://globalcontactinternational.wordpress.com/2016/04/12/repair-and-maintenance-needed-14/