Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 07, 2025 SAM #8594
SOLICITATION NOTICE

65 -- 1.5T Open Bore MRI with all components, installation and inspection for Lawton Indian Hospital

Notice Date
6/5/2025 2:29:39 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
 
ZIP Code
73114
 
Solicitation Number
246-25-Q-0070
 
Response Due
6/18/2025 2:30:00 PM
 
Archive Date
07/03/2025
 
Point of Contact
Noleen Powell
 
E-Mail Address
noleen.powell@ihs.gov
(noleen.powell@ihs.gov)
 
Small Business Set-Aside
BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
 
Description
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-Q-0070. Submit only written quotes for this RFQ. This solicitation is 100% SET ASIDE for BUY INDIAN. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. The associated NAICS code is 423450. This RFQ contains Six (6) line items: ITEM DESCRIPTION 1.5T Open Bore MRI with all components, installation and inspection. MRI Service Agreement- Base Year QTY 1 EA UNIT PRICE MRI Service Agreement-Option Year QTY 1 EA UNIT PRICE MRI Service Agreement-Option Year QTY1 EA UNIT PRICE MRI Service Agreement-Option Year QTY1 EA UNIT PRICE MRI Service Agreement-Option Year QTY1 EA UNIT PRICE PERIOD OF PERFORMANCE: 15 days after receipt of Award Vendor Requirements: SEE ATTACHED SCOPE OF WORK Submit Quotes no later than: 06/18/2025 4:30 p.m. CDT to the Following Point of Contact: Noleen Powell, Contracting Specialist, via Email: Noleen.Powell@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: Lowest Price Technically Acceptable To be considered technically acceptable, items must meet the following: PRICING � Pricing will be evaluated on the total cost. TECHNICAL REQUIREMENTS 1. Shall provide understanding and ability to handle the Scope of Work and all items provided by the Government. It is the contractor�s responsibility to provide technical information that reflects compliance with the Scope of Work. PAST PERFORMANCE � Contractor shall submit 3 past history performance references. VENDORS SHALL SUBMIT THE FOLLOWING: COMPLETED PRICING TECHNICAL SPECIFICATIONS PAST HISTORY PERFORMANCE REFERNCES VENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT DESCRIPTIVE LITERATURE SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING SOLICITED (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 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 (Sep 2023); FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (May 2024) (the offeror should include a completed copy of this provision with their quote). CLAUSES: The following FAR clauses apply to this solicitation: PROVISIONS: FAR 52.252-1, Solicitation Provisions Incorporated by Reference. (FEB 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far FAR 52.211-6, Brand Name or Equal (AUG 1999); FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023); FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024); FAR 52.217-5, Evaluation of Options (JULY 1990); FAR 52.222-22, Previous Contract and Compliance Reports (Feb 1999); FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification. (MAY 2014) FAR 52.252-5, Authorized Deviations in Provisions (Nov 2020); HHSAR 352.223-71, Instructions to Offerors � Sustainable Acquisition (Dec 2015); HHSAR 352.226-4, Notice of Indian Small Business Economic Enterprise set-aside (Jan 2022); HHSAR 352.226-7, Indian Economic Enterprise Representation (Jan 2022); HHSAR 352.239-72, Information System Security Plan and Accreditation (Feb 2024); HHSAR 352.239-78, Information and Communication Technology Accessibility Notice (Feb 2024) (DEVIATION); (The offeror should include a completed copy of these provisions with their quote). CLAUSES: FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far FAR 52.203-17 Contractor Employee Whistleblower Rights (Nov 2023); FAR 52.204-9 Personal Identity Verification of Contractor Personnel. (Jan 2011); FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020); FAR 52.204-14 Service Contract Reporting Requirements (Oct 2016); FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems. (Nov 2021); FAR 52.204-27 Prohibition on a ByteDance Covered Application (Jun 2023); FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021); 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); 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 52.222-3 Convict Labor (Jun 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2025); FAR 52.222-21 Prohibition of Segregated Facilities. (Apr 2015); FAR 52.222-26 Equal Opportunity (Sep 2016); FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36 Equal Opportunity for Workers with Disabilities. (June 2020); FAR 52.222-37 Employment Reports on Veterans. (Jun 2020); FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. (Dec 2010); FAR 52.222-41 Service Contract Labor Standards. (Aug 2018); FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts). (Aug 2018); FAR 52.222-50 Combating Trafficking in Persons (Nov 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); HHSAR CLAUSES: HHSAR 352.203-70, Anti-lobbying (Dec 2015); HHSAR 352.204-71, Information and Information Systems Security (DEVIATION) (Feb 2024); HHSAR 352.204-72, Records Management (DEVIATION) (Feb 2024); HHSAR 352.204-73, Contractor Personnel Security and Agency Access (DEVIATION) (Feb 2024); HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015); HHSAR 352.224-71, Confidential Information (Feb 2024); HHSAR 352.226-6, Indian Economic Enterprise Subcontracting Limitations (Dec 2015); HHSAR 352.232-71, Electronic submission of payment requests (FEB 2022); HHSAR 352.239-79, Information and Communication Technology Accessibility (Feb 2024) (DEVIATION); SECURITY CLEARANCE In accordance with Homeland Security requirements all contractor employees who will perform the task order services shall submit to electronic fingerprints and obtain security clearance before services can be performed under this purchase order. FAR 52.204-9 PERSONAL Identity Verification of Contractor Personnel (Jan 2011) (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24 and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall account for all forms of Government-provided identification issued to the Contractor employees in connection with performance under this contract. The Contractor shall return such identification to the issuing agency at the earliest of any of the following, unless otherwise determined by the Government: (1) When no longer needed for contract performance. (2) Upon completion of the Contractor employee�s employment. (3) Upon contract completion or termination. (c) The Contracting Officer may delay final payment under a contract if the Contractor fails to comply with these requirements. (d) The Contractor shall insert the substance of this clause, including this paragraph (d), in all subcontracts when the subcontractor�s employees are required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. It shall be the responsibility of the prime Contractor to return such identification to the issuing agency in accordance with the terms set forth in paragraph (b) of this section, unless otherwise approved in writing by the Contracting Officer. Miscellaneous: NO FAX QUOTATIONS ELECTRONIC SUBMISSIONS � SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (Noleen.Powell@ihs.gov) 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, UEI 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1e88dc9f48754f4e90dd0144f9b600c4/view)
 
Place of Performance
Address: Lawton, OK 73507, USA
Zip Code: 73507
Country: USA
 
Record
SN07468010-F 20250607/250605230055 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.