Federal Bid

Last Updated on 26 Sep 2019 at 6 PM
Combined Synopsis/Solicitation
Michigan

AED Maintenance and CPR Classes

Solicitation ID W912JB-19-Q-0090
Posted Date 23 Jul 2019 at 8 PM
Archive Date 26 Sep 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7nf Uspfo Activity Mi Arng
Agency Department Of Defense
Location Michigan United states
Solicitation number: W912JB-19-Q-0090
Title:              AED Maintenance and CPR Classes
Restriction:    Small Business
NAICS:    541990 Administrative Management and General Management Consulting Services
Size Standard: $15 million
Location:      24 locations throughout Michigan
Issue date:   23 July 2019
Closing date: 9 August 2019 - 4:30 p.m. Eastern Standard Time
Award date:   tentatively 19 August 2019

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as a supplemented with additional information included in this notice. This announcment constitutes the only solicitation being requested. A written solicitation will not be issued. 


The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. This firm fixed price requirement is 100% set-aside for small business. Alternate NAICS code is 621399 with small business size standard of $7.5 million.

The prospective awardee must have an active registration in www.sam.gov at the time of award. Vendors are encouraged to verify that their registration is active prior to submitting a quote. If the prospective awardee is not active in SAM data base at the time of award, the prospective awardee will be allowed 21 calendar days to become registered and active in SAM. The award will proceed to the next otherwise successful registered and active offeror if the prospective offeror does not become registered and active by the 21 calendar day deadline.


CLIN Item                                                                   Qty U/M
0001 Maintenance and calibration of existing AEDs          24 ea
Inspection twice a year; maintenance to include replacement of parts and supplies; service calls as needed within 7 days of notification. Key personnel shall possess the required technical skills and expertise to perform the required tasks. Refer to the Statement of Work for specific requirements including the Place of Performance in Michigan.

0002 CPR classes                                                         12 ea
Twelve CPR classes will be held for 12 students per class; American Heart Association standards is required. Refer to the Statement of Work for specific requirements including the Place of Performance in Michigan. The CPR classes will be held at six locations: Grand Ledge, Grayling, Lansing, Ishpeming, Selfridge (St. Clair), and Montague; class schedule will be determined at the time of award. Key personnel shall possess the required technical skills and expertise to perform the required tasks.

The government intends to award to the responsible company(s) whose quote, conforming to the solicitation, is most advantageous to the Government based on price and other factors that provide the best value. Best value will be determined by evaluating each quote for price, past performance, and technical approach. All evaluation factors are approximately equal. Award may be made without discussions. Therefore, vendor must provide complete information in the package for the Government to determine the best value. The Government reserves the right to require minor clarifications. However, the Government may award without requesting clarification for ambiguity.


Inspection of work performed and acceptance of invoices will be at Lansing, Michigan. Service to begin 30 days after the award date; schedule will be coordinated with the Occupational Health Nurse. Invoices must be submitted through Wide Area Work Flow (https://wawf.eb.mil) on a monthly basis.

 

QUOTATION PREPARATION INSTRUCTIONS:

Clause 52.212-1 Instructions to Offerors is in effect. The following is in addition to the clause.

(1) Contact/Company Information
 point-of-contact name, address, e-mail, and telephone number
 CAGE code and DUNS number
The contracting officer is not responsible for locating or obtaining any information not identified in the quote.

(2) Pricing
 Price quotes must be firm-fixed price.
 Price quotes must include unit prices and extended amounts for each line item (i.e., multiply the unit price and quantity for each line item).
 Include the total price (i.e., sum of all extended amounts) in the price quote.
 FOB destination.
 Net 30 days.
 Prices must be valid for 60 days.

(3) Technical information/descriptive literature. Quoters must submit technical information (descriptive literature/specifications) that adequately demonstrates their quote meets the salient characteristics requirement in contract line items of this solicitation. A general statement of compliance or restatement of the salient characteristics is insufficient. Ensure the descriptive literature addresses each salient characteristic listed. Descriptive literature information such as illustrations, drawings, or a clear reference, such as a web site information should be readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote and literature.

(4) Past Performance. Each offeror's past performance will be reviewed to determine ability to perform the requirements. The quote will be evaluated on the offeror's business practices, customer relationship, and ability to successfully perform as proposed. In assessing performance, the evaluator may (1) evaluate present and past performance information through the use of questionnaires completed by the offeror's references; (2) use data independently obtained from other government or commercial sources such as Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other data bases; (3) interviews with Program/Project Managers, Contracting Officers or rely upon personal business experience with the offeror; and (4) consider any information the offeror submits which explains an problems encountered on the identified contract and the offeror's correction actions. The Government reserves the rights to obtain and evaluate past performance information from any source it deems appropriate.

The Government may not consider quotes that fail to meet all of the requirements requested in this solicitation.


Questions are due by 4:30 pm, Eastern Time, 31 July 2019, and must be submitted via email to [email protected]. Questions will not be answered via telephone. It is the vendor's responsibility to monitor this site for any amendments. Questions received after or near cut off time for questions may be held and answered with the considered offerors that placed a quote.

Offers are due at 4:30 p.m., Eastern Standard Time. Submit quotes directly via email to [email protected].  Do not submit quotes on FBO; they will not be accepted. It is the vendor's responsibility to monitor this site for any amendments. The government is not responsible for any attachments that are rejected by the cyber security due to corruption or virus extensions. It is the offeror's responsibility to contact the POC to verify the quote is received PRIOR to the date and time set for the due date of RFQ.

Bid Protests Not Available

Similar Past Bids

Michigan 10 Sep 2020 at 2 PM
Location Unknown 09 Dec 2014 at 8 PM
Chicago Illinois 21 Aug 2014 at 5 PM
California 17 Dec 2021 at 4 PM
Georgia Not Specified

Similar Opportunities

Norfolk Virginia 25 Jul 2025 at 3 PM
Norfolk Virginia 25 Jul 2025 at 3 PM
Norfolk Virginia 25 Jul 2025 at 3 PM
Norfolk Virginia 25 Jul 2025 at 3 PM
Norfolk Virginia 25 Jul 2025 at 3 PM