STERILIZER CHAMBER CLEANING SERVICE

Agency: DEPT OF DEFENSE
State: California
Type of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Posted: Mar 25, 2024
Due: Mar 27, 2024
Solicitation No: HT941024Q2028
Publication URL: To access bid details, please log in.
Follow
STERILIZER CHAMBER CLEANING SERVICE
Active
Contract Opportunity
Notice ID
HT941024Q2028
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE HEALTH AGENCY (DHA)
Office
DEFENSE HEALTH AGENCY
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Mar 25, 2024 06:06 am PDT
  • Original Published Date: Mar 07, 2024 05:59 pm PST
  • Updated Date Offers Due: Mar 27, 2024 10:00 am PDT
  • Original Date Offers Due: Mar 25, 2024 10:00 am PDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 11, 2024
  • Original Inactive Date: Apr 09, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6525 - IMAGING EQUIPMENT AND SUPPLIES: MEDICAL, DENTAL, VETERINARY
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    San Diego , CA 92134
    USA
Description

Combined Synopsis/Solicitation HT941024Q2028







This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, in conjunction with FAR Part 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes (RFQs) are being requested and a separate written solicitation will not be issued.





This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2024-02 effective 1/22/2024 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 12/22/2023, effective 12/22/2023.





Competitive quotes are being requested under Request for Quote (RFQ) Number HT941024Q2028. The North American Industry Classification System (NAICS) code applicable to this acquisition is 811210, Electronic and Precision Equipment Repair and Maintenance, and the size standard is $34 Million. This procurement will be competed as a Small Business Set-Aside.





description of requirements



The Naval Base Dental Clinic is requesting support for shall provide all services, materials, parts, and equipment necessary for Sterilizer Chamber Cleaning serves maintenance located at Naval Medical Center San Diego 34800 Bob Wilson Drive San Diego Ca. 92134.



See Statement of Work (Attachment 1) for further details.





PLACE OF PERFORMANCE:





Navy Medicine Readiness Training Unit (NMRTU), Naval Base, Dental Clinic (NAVBASE)



2310 Craven Street Bldg.3230 SAN DIEGO, CA. 92136



,



Navy Medicine Readiness Training Unit (NMRTU), North Island Dental Clinic (NASNI)



McCain Blvd. Bldg. 600, SAN DIEGO, CA 92135-7057





Navy Medicine Readiness Training Unit, Marine Corp Recruit Depot, Dental Clinic (MCRD)



43000 Midway Dr. Bldg.595, San Diego, CA. 92140.





Service Period:





CLIN 0001- Chamber Cleaning for (8) 20inch Century Gravity Steam Sterilizers for NMCSD Dental Clinic



Base Period: 22 April 2024 – 21 April 2025



UoM: Job





CLIN 1001- Chamber Cleaning for (8) 20inch Century Gravity Steam Sterilizers for NMCSD Dental Clinic



Option Year 1: 22 April 2025 – 21 April 2026



UoM: Job





CLIN 2001- Chamber Cleaning for (8) 20inch Century Gravity Steam Sterilizers for NMCSD Dental Clinic



Option Year 2: 22 April 2026 – 21 April 2027



UoM: Job







CLIN 3001- Chamber Cleaning for (8) 20inch Century Gravity Steam Sterilizers for NMCSD Dental Clinic



Option Year 3: 22 April 2027 – 21 April 2028



UoM: Job







CLIN 4001- Chamber Cleaning for (8) 20inch Century Gravity Steam Sterilizers for NMCSD Dental Clinic



Option Year 4: 22 April 2028 – 21 April 2029



UoM: Job





OFFEROR INSTRUCTIONS



The Government intends to award a Firm Fixed Price contract to the responsive, responsible Offeror, whose quote conforming to the solicitation is most advantageous to the Government, as defined in the EVALUATION FACTORS FOR AWARD section below. A complete quote must be received for consideration. Respond to each item listed below; if the response is “None” or “Not applicable,” explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following:






  1. General Information: Offeror Business Name, Address, CAGE, and Unique Entity ID (UEI) Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address). FAR provision 52.212-3, Alternate I, Offeror Representations and Certifications – Commercial Products and Commercial Services, applies to this acquisition. Offeror must include a completed copy of this provision with quote.






  1. Technical Documentation:








    1. Technical Approach or Specifications: Offerors are encouraged to submit product manufacturer specifications, pictures, brochures, or and other pertinent technical information of the quoted items to facilitate the evaluation.








  1. Past Performance: provide two (2) references with the point of contact name, telephone number, e-mail address, and contract number, for which you have provided RECENT and RELEVANT delivery of similar services required in this solicitation within the last 3 years. Past performance will be evaluated based on references and information from authorized government past performance systems and resources. Use Attachment #2 – Past Performance Questionnaire.





RECENT is defined as having delivered similar services in the last three years. RELEVANT is defined as having delivered similar maintenance agreements as specified in the Performance Work Statement (PWS). Past performance information not meeting the above criteria will not be used for evaluation.






  1. Price Quote: Submit complete pricing for each individual item listed in PRICING SCHEDULE, to include the unit price, the extended price for each line item, and a total price in US Dollars ($). Note: Ensure FOB Destination shipping and handling costs AND other ancillary customer services are included in the pricing.





Proposal Support: A detailed breakdown of the total proposed price is required to include description, quantity, quoted price per item and extended price per line item. All costs should support the quote provided in Attachment 3.





Evaluation Factors for Award:



Basis for Award: The Government intends to award a purchase order to the responsive responsible vendor whose quote conforming to the RFQ is most advantageous to the government, price and non-price factors considered. Technical and past performance, when combined are more important than price. The vendor must be registered in the System for Award Management (SAM) database. The Government reserves the right to award no contract at all, depending on the quality of quotes submitted, and the availability of funds.



Award may be made without discussions with Offerors (except communications conducted for the purpose of minor clarification). Therefore, each initial offer should contain the Offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the contracting officer to be necessary.





As this is a competitive services procurement using FAR Part 13 procedures, the basis for award will consider the Offerors past performance and data in the Supplier Performance Risk System (SPRS) and for the FSC and PSC of the services being purchased (see DFARS 213.106-2).





Factor I – Technical: The Government will evaluate the quote to see if specification requirements, as defined above are met, to include all information required for a complete quote. Technical capability statements will be evaluated as:



TECHNICAL CAPABILITY EVALUATION FACTORS



ACCEPTABLE



Quote clearly meets ALL of the specification requirements of the solicitation and ability to comply with the Consignment Agreement.



UNACCEPTABLE



Quote does not clearly meet ALL the specification requirements of the solicitation and/or inability to comply with the Consignment Agreement.







Factor II – Past Performance: The Government will evaluate past performance by reviewing Offeror’s submitted past performance information and other sources that may include, but are not limited to, information from Government personnel and information from the Government websites Supplier Performance Risk System (SPRS) or CPARS as stated above for basis for award.





The past performance evaluation results in an assessment of the Offeror’s probability of meeting the solicitation requirements. The past performance evaluation considers each Offeror’s demonstrated recent and relevant record of performance in delivering/supplying products that meet the contract’s requirements. The recency and relevance of the information, source of the information, context of the data, and general trends in contractor’s performance shall be considered. The past performance confidence assessment rating is based on the offeror’s overall record of recency, relevancy, and quality of performance. These are combined to establish one performance confidence assessment rating for each Offeror.





Past Performance Evaluation Factors



Adjectival Rating



Description



Substantial Confidence



Based on the Offeror’s recent/relevant performance record, the Government has a high expectation that the Offeror will successfully deliver required services.



Satisfactory Confidence



Based on the offeror’s recent/relevant performance record, the Government has a reasonable expectation that the Offeror will successfully deliver required services.



Neutral Confidence



No recent/relevant performance record is available, or the Offeror’s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. The Offeror may not be evaluated favorably or unfavorably on the factor of past performance.



Limited Confidence



Based on the Offeror’s recent/relevant performance record, the Government has a low expectation that the Offeror will successfully deliver required services.



No Confidence



Based on the Offeror’s recent/relevant performance record, the Government has no expectation that the Offeror will be able to successfully deliver required services.





To be considered for award, the Offeror’s evaluated past performance cannot be either “Limited Confidence” or “No Confidence”.





The relative order of importance of the non-price evaluation factors is the Technical (Factor I) is of equal importance to the Past Performance evaluation/performance confidence assessment factor (Factor II). When the quote is evaluated as a whole, the technical factor and past performance/performance confidence assessment factor combined (i.e., the non-price evaluation factors), are more important than price.





Factor III – Price: The Government will evaluate the total price, to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm-fixed-price for all line items. The total firm-fixed-price shall include all applicable shipping, and handling costs to the shipping address listed above.





Each technically acceptable Offeror’s price list will be evaluated by the Government to determine the reasonableness of prices for offered products by using one or more of the following price analysis methods which may include:






  • Evaluate quoted pricing against the Independent Government Cost Estimate (IGCE);

  • Price competition amongst technically acceptable offers.

  • Market research.





An Offeror’s pricing must be determined to be fair and reasonable to be eligible for award.





DUE DATE AND SUBMISSION INFORMATION





Eligible Offerors: All Offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means Offerors shall have registered UEI Codes.





Page Limitations: None.





Formatting Requirements: Submit quotes in electronic PDF and or Excel format. Text shall be formatted on an 8.5x11 page in 12-point Times New Roman font.





Questions Due Date and Submission Requirements: All questions must be received by Monday, 20 March 2024, at 10:00AM, Pacific Time. Questions must be submitted by email to dernell.w.wade.civ@health.mil , and include RFQ# HT9410-24-Q-2028 on the Subject line in all inquiries. Questions may be addressed at the discretion of the Government.



RFQ Due Date and Submission Requirements: This RFQ closes on Monday, 25 March 2024 at 10:00 AM, Pacific Time. Quotes must be emailed to the Contract Specialist dernell.w.wade.civ@health.mil , use RFQ# HT9410-24-Q-2028 in the subject line of the email and ensure there is receipt confirmation from the aforementioned Contract Specialist.





APPLICABLE PROVISIONS AND CLAUSES



This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2024-03 effective 2/23/2024 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 02/15/2024, effective 02/15/2024. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at https://www.acquisition.gov/content/regulations.





The current version of the following FAR, DFARS, and DHA provisions (as of the date of this RFQ) incorporated by reference, apply to this acquisition:





52.204-7, System for Award Management



52.204-16, Commercial and Government Entity Code Reporting



52.204-18, Commercial and Government Entity Code



52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment



52.204-26, Covered Telecommunications Equipment or Services- Representation



52.212-1, Instructions to Offers-Commercial Products and Commercial Services



52.212-2, Evaluation-Commercial Products and Commercial Services:





(a) The Government will award a 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:



See Evaluation Factors I, II, and III above



Technical and past performance, when combined, are more important than price.





(b) A written notice of award or acceptance of an 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 offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.





(End of provision)





52.212-3, Alternate 1, Offeror Representation and Certifications – Commercial Products and Commercial Services



(The Offeror need not fill out and include as an attachment IF SAM database (www.sam.gov ) is updated)



52.212-4, Contract Terms and Conditions – Commercial Products and Commercial Services





52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Products and Commercial Services, applies to this acquisition and includes the following clauses by reference:





52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alternate I (Oct 1995)



52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.



52.219-8, Utilization of Small Business Concerns



52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644).



52.219-9, Small Business Subcontracting Plan



52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C.



657f)



52.219-28, Post-Award Small Business Program Representation



52.222-3, Convict Labor



52.222-19, Child Labor- Cooperation with Authorities and Remedies (DEV 2020-O0019 Revision 1)



52.222-21, Prohibition of Segregated Facilities



52.222-26, Equal Opportunity



52.222-35, Equal Opportunity for Veterans



52.222-36, Equal Opportunity for Workers with Disabilities



52.222-37, Employment Reports on Veterans



52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving



52.232-33, Payment by Electronic Funds Transfer- System for Award Management





52.219-1, Small Business Program Representations



52.222.41, Service Contract Labor Standards



52.222.42, Statement of Equivalent Rates for Federal Hires



52.222.43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multi-Year/Options)



52.222-50, Combating Trafficking in Persons



252.203-7005, Representation Relating to Compensation of Former DoD Officials



252.204-7016, Covered Defense Telecommunications Equipment or Services- Representation



252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services- Representation



252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Service



252.225-7055, Representation Regarding Persons that have Business Operations with the Maduro Regime



252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime



252.232-7003, Electronic Submission of Payment Requests and Receiving Reports



252.232-7006, Wide Area Workflow Payment Instructions



252.223-7008, Prohibition of Hexavalent Chromium



252.232-7010, Levies on Contract Payments



252.232-7017, Accelerating Payments to Small Business Subcontractors- Prohibition on Fees and Consideration



252.244-7000, Subcontracts for Commercial Products or Commercial Services



252.246-7008, Sources of Electronic Parts





52.252-1 Solicitation Provisions Incorporated by Reference



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 provisions and deviations) and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (DFARS provisions)





(End of provision)







52.252-2, Clauses Incorporated by Reference



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):



The FAR provisions, clauses and deviations can be accessed in full text at



https://www.acquisition.gov/browse/index/far (FAR clauses and deviations) and



https://www.acquisition.gov/dfars (DFARS clauses).





(End of clause)





PD 03-03 Rev 000 - Improper Business Practices & Personal Conflicts of Interest – Enclosure 1



INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS



L.[X] IMPROPER BUSINESS PRACTICES AND PERSONAL CONFLICTS OF INTEREST





L.[X].1 The Offeror’s attention is directed to FAR, Part 3 and DFARS, Part 203, “Improper Business Practices and Personal Consultant Conflicts of Interest.”





L.[X].2 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011)





(a) Definition. “Covered DoD official” is defined in the clause at 252.203-7000, Requirements Relating to Compensation of Former DoD Officials.





(b) By submission of this offer, the offeror represents, to the best of its knowledge and belief, that all covered DoD officials employed by or otherwise receiving compensation from the offeror, and who are expected to undertake activities on behalf of the offeror for any resulting contract, are presently in compliance with all post-employment restrictions covered by 18 U.S.C. 207, 41 U.S.C. 2101-2107, and 5 CFR parts 2637 and 2641, including Federal Acquisition Regulation 3.104-2.



(End of provision)





L.[X].3 Use of Former DoD/Defense Health Agency (DHA) Employees and Uniformed



Service Members in Proposal Preparation. The involvement of a former DoD/DHA employee/member in an offeror’s proposal preparation may give rise to an unfair competitive advantage or the appearance thereof, if the former DoD/DHA employee/ member acquired non-public, competitively useful information in his or her former position. Such knowledge could include proprietary information of competitor’s performance on past or current contracts with similar requirements or source selection sensitive information pertaining to this procurement. Consequently, the Offeror must notify the Contracting Officer prior to the involvement in the proposal preparation by a former DoD/DHA employee/member reasonably expected to have had access to such information. Based on the notification, the Contracting Officer will make a determination whether involvement of the former DoD/DHA employee/member in proposal preparation could create an unfair competitive advantage or appearance thereof. The Contracting Officer will further determine whether any mitigation measures taken or proposed by the offeror are adequate to alleviate this concern or whether the offeror will be disqualified from the competition. Failure to comply with these procedures may result in the offeror’s disqualification for award.



(End of provision)







PD 03-03 Rev 000 - Improper Business Practices & Personal Conflicts of Interest – Enclosure 2





H.[X] IMPROPER BUSINESS PRACTICES AND PERSONAL CONFLICTS OF INTEREST





H.[X].1 DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD



Officials (Sep 2011)





(a) Definition. “Covered DoD official,” as used in this clause, means an individual that—





(1) Leaves or left DoD service on or after January 28, 2008; and





(2) (i) Participated personally and substantially in an acquisition as defined in 41 U.S.C. 131 with a value in excess of $10 million, and serves or served—





(A) In an Executive Schedule position under subchapter II of chapter 53 of Title 5, United States Code.





(B) In a position in the Senior Executive Service under subchapter VIII of chapter 53 of Title 5, United States Code; or





(C) In a general or flag officer position compensated at a rate of pay for grade O-7 or above under section 201 of Title 37, United States Code; or





(ii) Serves or served in DoD in one of the following positions: program manager, deputy program manager, procuring contracting officer, administrative contracting officer, source selection authority, member of the source selection evaluation board, or chief of a financial or technical evaluation team for a contract in an amount in excess of $10 million.





(b) The Contractor shall not knowingly provide compensation to a covered DoD official within 2 years after the official leaves DoD service; without first determining that the official has sought and received, or has not received after 30 days of seeking, a written opinion from the appropriate DoD ethics counselor regarding the applicability of post-employment restrictions to the activities that the official is expected to undertake on behalf of the Contractor.





(c) Failure by the Contractor to comply with paragraph (b) of this clause may subject the Contractor to rescission of this contract, suspension, or debarment in accordance with 41 U.S.C.



2105(c).



(End of clause)







RFQ ATTACHMENTS




  1. Statement of Work (SOW)

  2. Past Performance Questionnaire (PPQ)




Attachments/Links
Contact Information
Contracting Office Address
  • CONTRACTING OFFICE-SAN DIEGO 7700 ARLINGTON BLVD, ATTN WEST DIV
  • FALLS CHURCH , VA 22042
  • USA
Primary Point of Contact
Secondary Point of Contact
History
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...is releasing this solicitation with the intent to award a single contract for ...

State Government of California

Bid Due: 5/01/2024

...Dry Cleaning Services in San Francisco, CA Active Contract Opportunity Notice ID 70RFPW24QW9000001... ...

Federal Agency

Bid Due: 6/15/2024

...System Active Contract Opportunity Notice ID 36C26124Q0481 Related Notice Department/Ind. Agency... VETERANS AFFAIRS, ...

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 4/30/2024

...Follow Dry Cleaning Services in San Francisco, CA Active Contract Opportunity Notice ID... ...

HOMELAND SECURITY, DEPARTMENT OF

Bid Due: 6/15/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.