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) # 246-25-0052 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 811210.
This RFQ contains Three (3) Line Item:
CLIN DESCRIPTION QTY UNIT Unit Price TOTAL
0001 Full Service to the Daytona
Camera at CLINTON IHC as outlined
in attached Statement of Work. 12 MO
002 Full Service to the Daytona Camera
at WATONGA IHC as outlined in attached.
Statement of Work. 12 MO
003 Full Service to the Daytona Camera
at EL RENO IHC as outlined in attached
Statement of Work. 12 MO
PERIOD OF PERFORMANCE: ASAP, ONE YEAR
Vendor Requirements: SEE ATTACHED STATEMENT OF WORK
Submit Quotes no later than:04/16/2025 10:00 a.m. CDT to the Following Point of Contact: Ronay Burns, Contract Specialist, via Email: Ronay.Burns@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:
Best Value (see criteria below)
Pricing
- Pricing will be evaluated for a comprehensive price.
Technical
- Vendor shall provide on-site Emergency and Planned Maintenance support during the term of the Agreement. At each planned maintenance visit, Contractor will perform all planned maintenance per Optos System Service Manual.
- At each Emergency Service event, Contractor will repair the system including parts as required to a fully functioning state.
- Contractor shall be able to provide letter of consent from Optos stating services are authorized for the Contractor Business to provide services with most current date.
- Contractor must be available to service Daytona AF system and equipment in rural western Oklahoma.
- Parts, Labor, Travel and Living, and Operating Software: Parts, Labor, Travel and Living Expense and Contractor Software are covered by this Agreement.
- Vendor shall have an online site that provides DOT manifest training for EVS staff and manifest records.
- Contractor will provide parts and operating software installations necessary to service and maintain Daytona AF systems and equipment
Past History Performance
- Vendor shall submit at minimum 2 past history performance records.
VENDORS SHALL SUBMIT THE FOLLOWING:
COMPLETED QUOTE
PAST HISTORY PERFORMANCE CONTRACT INFORMATION
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 (MAR 2023); FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (DEC 2022) (DEVIATION FEB 2025) (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 (DEC 2022); FAR 52.212-5 (JUN 2023)(DEVIATION FEB 2025), 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; 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. 352.209-1, Contractor Compliance with Defending Woman and
Protecting Children Requirements – Certification (March 2025) (Deviation); 352.209-2, Contractor Compliance with Defending Woman and Protecting Children Requirements (March 2025) (Deviation)
Miscellaneous:
NO FAX QUOTATIONS
ELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (ronay.burns@ihs.gov)
“System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals— Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.”
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.