Federal Bid

Last Updated on 28 Jun 2024 at 4 PM
Combined Synopsis/Solicitation
Wewoka Oklahoma

WEWOKA IHS AMAG SYMMETRY HSE MAINTENANCE AND SUPPORT

Solicitation ID 246-24-Q-0140
Posted Date 28 Jun 2024 at 4 PM
Archive Date 23 Jul 2024 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Ok City Area Indian Health Svc
Agency Department Of Health And Human Services
Location Wewoka Oklahoma United states 74884

Combined Synopsis/Solicitation RFQ # 246-24-Q-0140
Page 1 of 14
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-0140. Submit only written quotes for this RFQ. This solicitation is for FULL AND
OPEN COMPETITION. This solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 2024-05. The associated
NAICS code is 561621.
This RFQ contains six (6) Line Items:
CLIN DESCRIPTION COST
01 Installation of new software and hardware
02 Maintenance and Support – Base Year
03 Maintenance and Support – Option Year 1
04 Maintenance and Support – Option Year 2
05 Maintenance and Support – Option Year 3
06 Maintenance and Support – Option Year 4
PERIOD OF PERFORMANCE: 60 DAYS AFTER RECEIPT OF AWARD
The estimated value of the Purchase Order is $80,000.00
Vendor Requirements: SEE ATTACHED STATEMENT OF WORK
Submit Quotes no later than: 07/08/2024 02:00p.m. CDT to the Following Point of Contact:
Mary Ann Yocham, Contract Specialist, via Email: [email protected].
Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (completed as follows):
(a) The Government will award a firm fixed price Purchase Order resulting from this solicitation to
the responsible offeror whose offer conforming to the solicitation will be most advantageous to the
Government, technical capabilities and past performance being more important than price. The
following factors shall be used to evaluate offers:
Best Value (see criteria below)
Pricing
- Price will be evaluated by adding the total price for all options to the total price for
the basic requirement. Evaluation of options shall not obligate the Government to
exercise the option(s).
Technical Requirements
PRO HSE (Homeland Security Edition) AMAG Symmetry Software or equal:
• Shall have the ability to install all components within 60 days from the date of the award.
• Shall have the ability to update existing boards; (1) M2150 8DBC multimode board, one (1)
M2150 4DBC board, four (4) M2150 2DC boards to HSE style boards.
Combined Synopsis/Solicitation RFQ # 246-24-Q-0140
Page 2 of 14
• Vendor response time to service calls shall be no later than 2 business days from receipt of
call.
• Contractor shall provide part to fix issues with-in 5 business days from the service call
response.
Past History Performance
- Vendor shall submit 3 past history performance references
VENDORS SHALL SUBMIT THE FOLLOWING:
COMPLETED PRICING
TECHNICAL CAPABILITIES
PAST HISTORY PERFORMANCE REFERENCES
VENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT DESCRIPTITVE LITERATURE
SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING
SOLICITED
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 Products and Commercial Services
(Nov 2023); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or
Executive Orders-Commercial Products and Commercial Services (May 2024) (to include the
following clauses sited): FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023);
FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun2020);
FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023); FAR 52.204-30
Federal Acquisition Supply Chain Security Act Orders-Prohibition (Dec 2023); FAR 52.209-6,
Protecting the Government’s Interest When Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment. (Nov 2021); FAR 52.219-4, Notice of Price Evaluation
Preference for HUBZone Small Business Concerns (Oct 2022); FAR 52.219-28, Post Award Small
Business Program Representation (Feb 2024); FAR 52.222-3, Convict Labor (June 2003); FAR
52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2024); FAR 52.222-21,
Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016);
FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020); FAR 52.222-50,
Combatting Trafficking in Persons (Nov 2021); FAR 52.223-20, Aerosols (May 2024); FAR
52.223-23, Sustainable Products and Services (May 2024); FAR 52.224-3, Privacy Training (Jan
2017); FAR 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (Nov 2023); FAR
52.225-13, Restriction on Certain Foreign Purchases (Feb 2021); FAR 52.226-8, Encouraging
Contractor Policies to Ban text Messaging While Driving (May 2024); FAR 52.232-33, Payment
by Electronic Funds Transfer- System for Award Management (Oct 2018); FAR 52.239-1, Privacy
or Security Safeguards (Aug 1996); FAR 52.222-51, Exemption from Application of the Service
Contract Labor Standards to Contract for Maintenance, Calibration, or Repair of Certain
Combined Synopsis/Solicitation RFQ # 246-24-Q-0140
Page 3 of 14
Equipment-Requirements (May 2014); FAR 52.222-53, Exemption from Application of the Service
Contract Labor Standards to Contracts for Certain Services-Requirements (Nay 2014); FAR
52.217-8, Option to Extend Services (Nov 1999); FAR 52.217-9, Option to Extend the Term of the
Contract (Mar 2000); FAR 52.211-6, Brand Name or Equal (Aug 1999); FAR 52.224-1, Privacy
Act Notification (Apr 1984); FAR 52.224-2, Privacy Act (Apr 1984); FAR 52.252-2, Clauses
Incorporated By Reference (Feb 1998); FAR 52.252-6, Authorized Deviations in Clauses (Nov
2020); HHSAR 352.204-71, Information and Information Systems Security (Feb 2024); HHSAR
352.204-72, Records Management (Feb 2024); HHSAR 352.204-73, Contractor Personnel
Security and Agency Access (Feb 2024); HHSAR 352.211-3, Paperwork Reduction Act (Dec
2015); HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity
Investigations (Dec 2015); HHSAR 352.224-70, Notification of Systems of Records Notice (F
2024); HHSAR 352.224-71, Confidential Information (Feb 2024); HHSAR 352.226-1, Indian
Preference (Dec 2015); HHSAR 352.232-71, Electronic Submission of Payment Requests;
HHSAR 352.239-70, Standards for Health Information Technology (Dec 2022); HHSAR 352.239-
71, Security Requirements for Information Technology Resources (Feb 2024); HHSAR 352.239-
72, Information System Security Plan and Accreditation (Feb 2024); HHSAR 352.239-73,
Information System Design and Development (Feb 2024); HHSAR 352.239-74, Information
System Hosting, Operation, Maintenance, or Use. (Feb 2024); HHSAR 352.239-75, SAecurity
Controls Compliance Testing (Feb 2024); HHSAR 352.239-78, Information and Communication
Technology Accessibility Notice (Feb 2024); HHSAR 352.239-79, Information and Communication
Technology Accessibility (Feb 2024); The above Provisions and Clauses may be obtained via
internet at https://www.acquisition.gov/
And https://www.acquisition.gov/hhsar
 

Bid Protests Not Available