GE MAC VU 360 W/ACS ECG AND VARIABLE HEIGHT TROLLEY

expired opportunity(Expired)
From: Federal Government(Federal)
246-24-Q-0103

Basic Details

started - 19 Apr, 2024 (13 days ago)

Start Date

19 Apr, 2024 (13 days ago)
due - 29 Apr, 2024 (3 days ago)

Due Date

29 Apr, 2024 (3 days ago)
Bid Notification

Type

Bid Notification
246-24-Q-0103

Identifier

246-24-Q-0103
HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Customer / Agency

HEALTH AND HUMAN SERVICES, DEPARTMENT OF (27008)INDIAN HEALTH SERVICE (8569)OK CITY AREA INDIAN HEALTH SVC (894)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ) # 246-24-Q-0103. Submit only written quotes for this RFQ. This solicitation is 100% SET ASIDE for Small Business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. The associated NAICS code is 334510.This RFQ contains One (1) Line Item:CLIN DESCRIPTION QTY UNIT Unit Price TOTAL0001 GE MAC VU 360 W/ACS ECG AND VARIABLE HEIGHT TROLLEY 4 EAPERIOD OF PERFORMANCE: 30 days after receipt of AwardVendor Requirements: SEE ATTACHED STATEMENT OF WORKSubmit Quotes no later than:
04/29/2024 4:00p.m. CDT to the Following Point of Contact: Anna Hulsey, Purchasing Agent, via Email: anna.hulsey@ihs.gov.Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (completed as follows):(a) The Government will award a firm fixed price 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:Lowest Price Technically AcceptableTo be considered technically acceptable, items must meet the following:The contractor shall supply four (4) each NEW GE Mac VU 360 Government w/ACS ECG or equal to. See attached Statement of Work.The contractor shall ensure all all accessories, literature to operate the equipment, installation instructions, warranty documents, and specifications.Contractor Shall provide online resource for training and initial use.This solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below. Terms and conditions other than those stated will not be accepted. The above pricing is all inclusive. PROVISIONS: The following FAR provisions apply to this solicitation:FAR 52.212-1, Instructions to Offeror- Commercial Items (SEPT 2023); FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (FEB 2024) (the offeror should include a completed copy of this provision with their quote).CLAUSES: The following FAR clauses apply to this solicitation:FAR 52.212-4, Contract Terms and Conditions-Commercial Items (NOV 2023); FAR 52.212-5 (FEB 2024), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-8; FAR 52.219-13,; FAR 52.219-28,; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving; FAR 52.225-1, Buy American Act--Supplies; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.222-41,FAR 52.222-43 Fair Labor Standards Act and Service Contract Act – Price Adjustment. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil.Miscellaneous:NO FAX QUOTATIONSELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (anna.hulsey@ihs.gov) All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award. Please submit the following information with each quote: Vendor Name, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability. Failure to provide sufficient technical detail may result in rejection of your quote.

Clinton ,
 OK  73601  USALocation

Place Of Performance : N/A

Country : United StatesState : OklahomaCity : Clinton

Office Address : 701 MARKET DRIVE OKLAHOMA CITY , OK 73114 USA

Country : United StatesState : OklahomaCity : Oklahoma City

Classification

naicsCode 33911Medical Equipment and Supplies Manufacturing
pscCode 6515Medical and Surgical Instruments, Equipment, and Supplies