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). Submit only written quotes for 246-21-Q-00026 for Holter Monitoring Services. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05. This solicitation is 100% SMALL BUSINESS SET-ASIDE. The associated NAICS code is 621999 with a small business size standard of $15 Million.
This RFQ contains six (6) Line Items, for annual Holter Monitoring services for a base year plus four option year as follows:
CLIN
DESCRIPTION
QTY
UNIT
Unit Price
TOTAL
0001
September 22, 2021 through September 21, 2022. The contractor shall provide 24 to 48 hour complete holter monitoring services in accordance the attached Statement of Work.
416
EA
0002
September 22, 2021 through September 21, 2022. The contractor shall provide complete 30 day Holter Monitoring services in accordance with the attached Statement of Work.
200
EA
OPTION YEAR 1
0003
September 22, 2022 through September 21, 2023. The contractor shall provide complete holter monitoring services, software, and accessories in accordance with the Statement of Work.
1
EA
OPTION YEAR 2
0004
September 22, 2023 through September 21, 2024 The contractor shall provide complete holter monitoring services, software, and accessories in accordance with the Statement of Work.
1
EA
OPTION YEAR 3
0005
September 22, 2024 through September 21, 2025. The contractor shall provide complete holter monitoring services, software, and accessories in accordance with the Statement of Work.
1
EA
OPTION YEAR 4
0006
September 22, 2025 through September 21, 2026. The contractor shall provide complete holter monitoring services, software, and accessories in accordance with the Statement of Work.
1
EA
PERIOD OF PERFORMANCE: (Base Period);
Base Year: 09/22/2021 through 09/21/2022
Option Year 1: 09/22/2022 through 09/21/2023
Option Year 2: 09/22/2023 through 09/21/2024
Option Year 3: 09/22/2024 through 09/21/2025
Option Year 4: 09/22/2025 through 09/21/2026
Vendor Requirements: See attached Statement of Work document for requirements, location, and instructions.
STATEMENT OF WORK IS ATTACHED TO THIS COMBINED SYNOPSIS SOLICITATION
Submit Quotes no later than: July 19, 2021 @ 3:00PM CST to the Following Point of Contact:
Misti Bussell, [email protected].
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:
Low Quote
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; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (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; FAR 52.212-5, 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 52.217-8, Option to Extend Services, FAR 52.217-9, Option to Extend the Term of the Contract, FAR 52.219-6, Notice of Total Small Business Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-13, Notice of Set-Aside of Orders; FAR 52.219-28, Post-Award Small Business Program Representation; 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, Service Contract Act of 1965; 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 QUOTATIONS
ELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. ([email protected])
Mail quotations to Claremore Indian Hospital, Attn: Misti Bussell, 101 S Moore Ave, Claremore, OK 74017
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.
If using Cloud, must be FedRamp registered.
For additional information, please contact the Purchasing Agent, Misti Bussell, [email protected] 918-342-6235