Solicitation number: W912JB-20-Q-0154
Title: AED Maintenance and CPR Classes
Restriction: Small Business
NAICS: 541990 Administrative Management and General Management Consulting Services
Size Standard: $16.5 million
Location: 24 locations throughout Michigan
Issue date: 10 September 2020
Closing date: 18 September 2020
Award date: tentatively 23 September 2020
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, FAR 13 and as supplemented with additional information included in this notice. This announcement 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 2020-06.
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 5 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 5 calendar day deadline.
REQUIREMENT
This firm fixed price requirement is 100% set-aside for small business. The period of performance will be 12 months from the date of award.
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.
2.0 CPR classes – 12 classes at 6 locations
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.
TRAVEL
The contractor shall be responsible for the travel expenses associated with the site visits for AED services and for CPR classes.
EVALUATION
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 (including option years), past performance, and capability to meet the requirements. Capability will be rated as acceptable or unacceptable. All evaluation factors are approximately equal.
The government may award to other than the lowest price quote. The perceived benefits of the higher priced quote may merit the additional cost. Negative or adverse action in FAPIIS or SPRS in the last three years may render your quote unacceptable.
Award may be made without discussion. Therefore, offeror 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.
INVOICING
Service to begin September 21, 2020; schedule will be coordinated with the Occupational Health Nurse. Invoices will not be accepted for billing future services during the period of performance. Inspection and acceptance will be at Lansing, Michigan. Invoices must be submitted through Wide Area Work Flow (https://piee.eb.mil).
QUOTATION PREPARATION INSTRUCTIONS
Refer to clause 52.212-1 Instructions to Offerors for further instructions on the attachment Solicitation Clauses.
Pricing
Price quotes must be firm-fixed priced. Prices should be as low as or lower than those charge to your most favored customers, including any discounts for prompt payment. Prices must be valid for 60 days. FOB destination. Prices shall be provided in the format as listed under the Requirements section of this RFQ.
Capacity and Capability
Offerors must include information that adequately demonstrates their quote meets the salient characteristics requirement in the PWS of this solicitation. A general statement of compliance or restatement of the salient characteristics is insufficient. 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. Contact your local PTAC office at the Small Business Administration for assistance in creating a capability statement.
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 any 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.
SUBMIT QUESTIONS & QUOTES
Questions are due by 4:30 pm, Eastern Time, 16 September 2020
Questions must be submitted via email to [email protected]. Questions will not be answered via telephone. Answers to questions will be provided to all prospective Offerors, giving due regard to the proper protection of the proprietary information. In order to receive responses to questions, Offerors shall cite, at a minimum, the section, paragraph, number, and page number. The Government will not address any hypothetical questions aimed toward receiving a potential “evaluation decision” from the Government.
Quotes due: 18 September 2020 at 12:00 pm, Eastern Time. Submit quotes directly to [email protected]. Do not submit quotes on Contract Opportunities; 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.
SOLICITATION AMENDMENTS
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. Late Quotes may not be eligible for award. Quote submission must be completed by the date and time indicated. If Amendments to the solicitation are issued, all Offerors must acknowledge the Amendments by signing the accompanying Standard Form 30 and returning the signed Standard Form 30 for all Amendments issued with the Offeror’s quote submission. Failure to acknowledge all Amendments issued by the Government may result in the quote submitted in response to the solicitation being found non-responsive by the Government.
ERRORS, OMISSIONS, OR AMBIGUITIES
If an Offeror believes the solicitation, including the Performance Work Statement, contains an error, omission, or ambiguity, or is otherwise unsound, the Offeror shall immediately notify the Contract Administrator and Contracting Officer in writing with supporting rationale prior to the date set for the closing for receipt of quotes.
APPLICABLE PROVISIONS AND CLAUSES
Refer to the Solicitation Clauses attachment listed by reference or in full text.