Brand Name Purchase of GE Uninterruptible Power Supply
This is a combined synopsis/solicitation issued to a single source for commercial items prepared per the format in FAR Subpart 12.6, using Simplified Acquisition Procedures in FAR part 13, as suppleme... This is a combined synopsis/solicitation issued to a single source for commercial items prepared per the format in FAR Subpart 12.6, using Simplified Acquisition Procedures in FAR part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations/offers are being requested and a written solicitation will not be issued. The request for quotation number is N6809621Q0701, US Naval Hospital Command Guam intends to award a firm fixed price contract under the authority of FAR 13.106-1(b)(1)(i), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold - only one source being reasonably available to meet the Government’s needs (Brand Name Item), to: GE Healthcare, A Division Of General Electric Company 3000 N Grandview BLVD W-443 Waukesha, Wisconsin 53188-1615, United States The objective of this Combined Synopsis / solicitation to a single source award is to procure a Brand Name GE Uninterrupted Power Supply System compatible to the current GE MRI equipment. CLIN 0001: ABB TLE UPS UL 250kVA/250kW, 480V, 60Hz, 5 min runtime, non-seismic package including commissioning, 2 years of warranty, iUPSGuard 24-month license and Maintenance Bypass Panel Catalog no. E4502DD CLIN 0002: Direct Shipping and Handling to US Naval Hospital Guam. Address: Building 50 Farenholt Rd. Agana Heights, GU 96910 Although this combined synopsis/solicitation for commercial items is being issued to a single source, all responsible sources may submit a quotation / offer which may be considered by the contracting activity. A response to this notice must show clear and convincing evidence that competition will be in the best interest of the Government. Those capable of meeting the requirement IAW the details listed above are requested to provide the following information in their response: 1) Current capability that demonstrates your company’s ability to meet the requirement, 2) Authorized distributorship from Manufacturer, 3) Company name, point of contact, e-mail address, telephone and fax numbers, type of business and size, Cage Code and DUNS number. The incorporated provisions and clauses are those in effect through the Federal Acquisition Circulation 2021-06. The North American Industry Classification System (NAICS) code is 339112 - Surgical and Medical Instrument Manufacturing. The items are for the US Naval Hospital Guam (hereinafter referred to as USNH Guam). The Radiology Department at USNH Guam will inspect/accept the supplies delivered. The provision at FAR 52.204-24, Representation on Contracting Telecommunication and Video Surveillance Services or Equipment applies to this solicitation and is incorporated in full text on pages 5. The contractor must complete the representation at subparagraph (c) of the provision as part of it offer/quotation. The clause at FAR 52.204-25, Prohibition on Contracting for certain Telecommunications and Video Surveillance Services or Equipment applies to this solicitation and is incorporated by reference. The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition and is tailored as follows: Addendum to FAR 52.212-1: ((b)(6) A quotation/offer submitted in response to this combined synopsis/ solicitation must be "Firm-fixed price." The provision at FAR 52.212-2, Evaluation--Commercial, applies to this acquisition and is tailored as follows: Addenda to FAR 52.212-2: (a) The government contemplates awarding a fixed price purchase order from this solicitation to the responsible offeror whose quotation/offer conforming to the solicitation is the lowest priced quotation/offer. Evaluation of Price will be based on the offeror's total price for all line items as delivered directly to US Naval Hospital Guam. The following factors will be used to evaluate quotations/offers: (i) Price (ii) Technical Acceptability (b) N/A (c)(Added) Basis of Award. A written notice of award, a written purchase order, or acceptance of a quotation/offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the quotation’s/offer’s specified expiration time, the Government may accept a quotation/offer (or part thereof), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award (i) Price. Initially quotations/offers will be ranked according to price. The price evaluation will document the reasonableness and affordability of the proposed total evaluated price. An offeror's proposed total price will be determined by multiplying the quantities identified in the Pricing Schedule by the unit price for the line item to confirm the extended amount of each. The government will identify the offeror that proposed the lowest price and determine whether its price is reasonable. If the price is reasonable, the government will evaluate the lowest priced offer for technical acceptability and rate it either "Acceptable" or "Unacceptable" (ii) Technical Acceptability. To be rated technically acceptable, the offeror must meet the requirements of the solicitation, including, but not limited to, completion and timely submission of the following: A firm Fixed Price quotation - Price Factor, Offers will be evaluated to ensure reasonableness and completeness. Authorized Distributorship from GE The appropriate section(s) of FAR provision 52.212-3(c), 52.204-24(c) One of the following two technical acceptability ratings will be assigned to that offeror: RATING AND DESCRIPTION ACCEPTABLE Based on the submittal of the documents required per (ii) above, the offeror has met the requirements of the solicitation and the government has a reasonable expectation that the offeror understands the required effort. UNACCEPTABLE Based on not submitting the documents required in (ii) above, the offeror has not met the requirements of the solicitation and the government has no reasonable expectation that the offeror understands the required effort. The provision at FAR 52.212-3, ALT I, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision. See the "full text" version of this provision within this announcement on page 6. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. There are no addenda to this clause. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Clauses marked with a "XX" under 52.212-5 also apply to this notice. See the "full text" version of the clause within this announcement. To access all clauses referenced in this notice, visit https://www.acquisition.gov Offerors must be registered in the System for Award Management (SAM) at http://www.sam.gov, to be considered for award. Offerors must be able to utilize the Wide-Area-Work-Flow (WAWF) electronic invoicing as a method of payment. You can access the WAWF at https://wawf.eb.mil . Follow the step-by-step procedures for self-registration. Submission of price quotation Quotations/offers must be received in the USNH Guam Contracting Office by 03:00PM, Local Guam time, on Friday 9, July 2021. Only email quotations will be accepted. (Email can be no larger than 5 MB, multiple emails will be accepted) Email Price Quotation as attachment to Regel A. Agahan, Email: regel.a.agahan.civ@mail.mil
Data sourced from SAM.gov.
View Official Posting »