Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:140D0423Q0292
Amendment 0001 extends the response date to March 23, 2023 at 2:00 pm EST. -------------------------------------------------------------------------- This is a combined synopsis/solicitation for comme...
Amendment 0001 extends the response date to March 23, 2023 at 2:00 pm EST. -------------------------------------------------------------------------- This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number 140D0423Q0292 is hereby issued as a Request for Quote (RFQ). This requirement is being issued by the United States Department of the Interior (DOI), Interior Business Center (IBC), Acquisition Services Directorate (AQD), on behalf of the Department of the Interior, Office of the Secretary, Office of Facilities and Administrative Services (OFAS) in accordance with Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures and FAR Part 12, Acquisition of Commercial Products and Commercial Services. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-01, Effective December 1, 2022. This is 100% set aside for small businesses. The North American Industry Classification System (NAICS) code applicable to this requirement is 621399 Offices of all other Miscellaneous Health Practitioners. The product service code (PSC) code is Q999, Medical- Other. The size standard for the applicable NAICS is $10 Million. The objective of this solicitation is to receive quotations that result in a Single Award Indefinite Delivery Indefinite Quantity contract to support of the OFAS Automatic External Defibrillator (AED) program. The resulting contract from this solicitation requires the successful contractor to furnish all necessary labor, medical and non-medical materials, services, equipment, supplies, Physician medical direction, training services, such other things as are necessary to perform the support for twenty-eight AED units and other services as detailed in the Statement of Work (SOW). The requirements for this acquisition can be found in Attachment 1 of this document, titled ¿Statement of Work¿. The period of performance for this acquisition is May 1, 2023 to April 30, 2028. It is anticipated contract award will be made on or around April 1, 2023. Place of performance will be The Stewart Lee Udall Building at 1849 C Street, NW Washington, DC 20240. Provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, and its addendum applies to this acquisition. See Section 3 and 4 of this RFQ for additional information. Provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote is the most advantageous and provides the best value to the Government, price and non-price factors considered. See Section 5 of this RFQ for additional information. Offerors shall include all representations are completed in their System for Award Management (SAM) registration at sam.gov and FAR Provision 52.212-3, Offeror Representations and Certifications ¿ Commercial Products and Commercial Services (as applicable) with its Alternate I (Nov 2021). See Section 4 of this RFQ for additional information. Clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services. See Section 3 of this RFQ. Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. Of those FAR clauses cited in this clause, those annotated with an ¿X¿ are applicable to this acquisition. See Section 3 of the RFQ. Responses are due no later than 2:00 PM Eastern Time, March 17, 2023. Responses shall be emailed to Stephanie Mccullough, Contracting Officer, at Stephanie_Mcculough@ibc.doi.gov and Matthew Perlich, Contract Specialist, at matthew_perlich@ibc.doi.gov. The Government anticipates an award of a Single Award IDIQ contract as a result of this RFQ. Questions. Questions related to this RFQ package must be submitted via email to Stephanie_Mccullough@ibc.doi.gov, and matthew_perlich@ibc.doi.gov no later than 2:00 PM Eastern Time, March 1, 2023. All questions must be received in writing ¿ No oral questions will be accepted. All e-mail inquiries must have ¿Questions ¿ RFQ 140D0423Q0292¿ in the subject line. The Government¿s responses will be provided via email. See attached Combined Synopsis Solicitation Document with full terms and conditions and Attachments.