Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2017 FBO #5706
SOLICITATION NOTICE

65 -- Durable Medical Equipment - Statement of Work

Notice Date
7/6/2017
 
Notice Type
Presolicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Acquisition Operations Division (AOD), 500 C Street, SW, Third Floor, Washington, District of Columbia, 20472, United States
 
ZIP Code
20472
 
Solicitation Number
HSFE70-17-R-0020
 
Point of Contact
Isaac L. Chapple, Phone: 202-212-3924
 
E-Mail Address
Isaac.chapple@fema.dhs.gov
(Isaac.chapple@fema.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work This is a synopsis for commercial items prepared in accordance with FAR Subpart 5.207. HSFE70-17-R-0020 is a request for proposal (RFP) to Durable Medical Equipment. This requirement will be Total Small Business Set Aside. The NAICS codes for this requirement is 423450. It is anticipated that multiple Indefinite Delivery Indefinite Quantity (IDIQ) awards will result from this solicitation. FEMA intends to award a Firm Fixed Price Contract with a base period of performance of one year with four twelve Month option periods. The scope of work provides the Federal Emergency Management Agency (FEMA) with DME Push Kits for FEMA to purchase as needed, based on requirements set forth by the FEMA Headquarters Distribution Center Supply Chain / Emergency Assistance Unit. FEMA will be warehousing these Push Kits which consist only of 47 Line items for PUSH and 51 for full kit. Each Push Kits is designed to support a shelter with a population of 200 persons. Delivery orders shall either require the procurement of full push kits or commodities that make up the kits on an ala carte basis. BASIS FOR AWARD: The Government will make awards to the responsible/responsive offerors whose offer will be most advantageous to the Government based on Lowest Price Technically Acceptable. The provision at FAR 52.212-1 "Instructions to Offerors--Commercial" applies to this acquisition. The provision at FAR 52.212-2 "Evaluation-Commercial Items" applies to price/technically acceptable factors. Offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications--Commercial Items" with their response or provide this information via the SAM website, http://sam.gov. The following FAR clauses also apply: 52.212-4 "Contract Terms and Conditions--Commercial Items and 52.212-5 "Contract Terms and Conditions required to implement Statutes or Executive Orders--Commercial Items. FAR provision 52.217-9 also applies to this award. The aforementioned FAR provisions and clauses can be accessed electronically at http://www.acquisition.gov/far. Inquiries can be e-mailed to Mr. Isaac L. Chapple at Isaac.Chapple@fema.dhs.gov no later than July 17, 2017 by 10:00 am EST. The solicitation and any amendments to the solicitation will be posted on the FedBizOpps web-page. The internet address for downloading the solicitation is http://fedbizopps.gov. Offerors are reminded that award can only be made to a Contractor who is registered in System for Award Management (SAM). Interested parties are responsible for monitoring the site to assure that they have the most up to date information regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/PP5-2/HSFE70-17-R-0020/listing.html)
 
Place of Performance
Address: 500 C. Street SW, Washington, District of Columbia, 20472, United States
Zip Code: 20472
 
Record
SN04569763-W 20170708/170706235634-fb7d8d004fa2aaf2eda04452e298c51b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.