NOTICE TO CONTRACTOR
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 are being requested, and a separate written
solicitation will not be issued. The solicitation number is HT941024Q2011. It is issued as a Request for
Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular (FAC) 2023-06 effective 12/4/2023 and Defense Federal
Acquisition Regulation Supplement (DFARS) change 10/30/2023. The North American Industry
Classification System (NAICS) Code for this acquisition is 334516. The size standard is 1,000 (# of
employees). This is an unrestricted procurement, inviting full and open competition. It is the
responsibility of the contractor to be familiar with the applicable clauses and provisions.
This requirement is for supplies.
Defense Health Agency Contracting Activity (DHACA) Western Healthcare Operations Division requests
responses from qualified sources capable of providing the following:
The Laboratory Department at Naval Hospital Twentynine Palms (NHTP) requires reagents,
consumables, services, and training for cost per reportable for automated urinalysis analyzer that will be
leased by NHTP.
Items required:
CLIN 0001: Automated Urine Analyzer with CPRR – Base
Location: Naval Hospital Twentynine Palms
Delivery Date: September 30, 2024
Period of Performance (POP): January 01, 2024 - September 30, 2024
Quantity: 1
Unit of Issue: Job
CLIN 1001: Automated Urine Analyzer with CPRR – Option 1
Location: Naval Hospital Twentynine Palms
Delivery Date: September 30, 2025
Period of Performance (POP): October 01, 2024 - September 30, 2025
Quantity: 1
Unit of Issue: Job
CLIN 2001: Automated Urine Analyzer with CPRR – Option 2
Location: Naval Hospital Twentynine Palms
Delivery Date: September 30, 2026
Period of Performance (POP): October 01, 2025 - September 30, 2026
Quantity: 1
Unit of Issue: Job
CLIN 3001: Automated Urine Analyzer with CPRR – Option 3
Location: Naval Hospital Twentynine Palms
Delivery Date: September 30, 2027
Period of Performance (POP): October 01, 2026 - September 30, 2027
Quantity: 1
Unit of Issue: Job
CLIN 4001: Automated Urine Analyzer with CPRR – Option 4
Location: Naval Hospital Twentynine Palms
Delivery Date: September 30, 2028
Period of Performance (POP): October 01, 2027 - September 30, 2028
Quantity: 1
Unit of Issue: Job
DEFENSE BIOMETRIC IDENTIFICATION SYSTEM (DBIDS)
DBIDS is the current system for access control verification and management for the Department of
Defense (DoD).
(a) DBIDS guidance for Vendors/Contractors to obtain a pass is accessible through the following
website:
https://www.cnic.navy.mil/Operations-and-Management/Base-Support/DBIDS/
(b) For more information or to enroll in the DBIDS Program, call: 1 (202) 433-4784.
(c) For the Naval Base San Diego Pass and ID Office, call: 1 (619) 556-7467 or 1 (619) 556-1652.
For the Naval Air Station Lemoore Pass and ID Office, call: 1 (559) 998-4811 or 1 (559) 998-
4794.
For the Naval Base Ventura County Pass and ID Office, call: 1 (805) 982-5003, 1 (805) 982-
4706, or 1 (805) 982-2019.
For the Marine Corps Air Ground Combat Center Twentynine Palms Pass and ID Office, call: 1
(760) 830-7700.
(d) To pre-enroll for a DBIDS card, visit https://dbids-global.dmdc.mil/enroll#!/. Pre-enrolling will
help expedite your processing time.
(e) Vendors, contractors, suppliers, and other service providers shall present their pass upon entry at
the entry control point (ECP).
This acquisition incorporates by reference the following FAR provisions and clauses:
52.203-3 Gratuities (Apr 1984)
52.204-7 System for Award Management (Oct 2018)
52.204-13 System for Award Management Maintenance (Oct 2018)
52.204-16 Commercial and Government Entity Code Reporting (Aug 2020)
52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)
52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014)
52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Nov 2021)
52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)
52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial
Services (DEVIATION 2023-O0002) (Dec 2022), Alternate I (Oct 2014)
52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services (Dec
2022)
52.217-5 Evaluation of Options (Jul 1990)
52.219-1 Small Business Program Representations (DEVIATION 2023-O0002) (Dec 2022),
Alternate I (Sep 2015)
52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)
The following additional DFARS provisions and clauses applicable to this acquisition are incorporated by
reference:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011)
252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013)
252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep 2022)
252.204-7003 Control of Government Personnel Work Product (Apr 1992)
252.204-7004 Antiterrorism Awareness Training for Contractors (Jan 2023)
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Jan 2023)
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (Jan 2023)
252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation (Dec
2019)
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or
Services—Representation (May 2021)
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or
Services (Jan 2023)
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (Mar 2022)
252.204-7020 NIST SP 800-171 DoD Assessment Requirements (Jan 2023)
252.204-7022 Expediting Contract Closeout (May 2021)
252.204-7024 Notice on the Use of the Supplier Performance Risk System (Mar 2023)
252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country
that is a State Sponsor of Terrorism (May 2019)
252.211-7003 Item Unique Identification and Valuation (Jan 2023)
252.211-7008 Use of Government-Assigned Serial Numbers (Sep 2010)
252.215-7007 Notice of Intent to Resolicit (Jun 2012)
252.215-7008 Only One Offer (Dec 2022)
252.223-7008 Prohibition of Hexavalent Chromium (Jan 2023)
252.225-7001 Buy American and Balance of Payments Program—Basic (Jan 2023)
252.225-7002 Qualifying Country Sources as Subcontractors (Mar 2022)
252.225-7012 Preference for Certain Domestic Commodities (Apr 2022)
252.225-7021 Trade Agreements—Basic (Jan 2023)
252.225-7036 Buy American—Free Trade Agreements—Balance of Payments Program—Basic (Jan
2023)
252.225-7048 Export-Controlled Items (Jun 2013)
252.225-7055 Representation Regarding Business Operations with the Maduro Regime (May 2022)
252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (Jan 2023)
252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–
Representation (Jun 2023)
252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (Jun
2023)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)
252.232-7006 Wide Area WorkFlow Payment Instructions (Jan 2023)
252.232-7010 Levies on Contract Payments (Dec 2006)
252.239-7098 Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such
Network is Designed to Block Access to Certain Websites—Representation
(DEVIATION 2021-O0003) (Apr 2021)
252.243-7002 Requests for Equitable Adjustment (Dec 2022)
252.244-7000 Subcontracts for Commercial Items and Commercial Components (DoD Contracts) (Jan
2023)
252.246-7003 Notification of Potential Safety Issues (Jan 2023)
252.246-7008 Sources of Electronic Parts (Jan 2023)
252.247-7023 Transportation of Supplies by Sea—Basic (Jan 2023)
The following FAR provisions and clauses incorporated by full text apply to this acquisition:
52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND
VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror
has represented that it "does not provide covered telecommunications equipment or services as a part of
its offered products or services to the Government in the performance of any contract, subcontract, or
other contractual instrument" in paragraph (c)(1) in the provision at 52.204-26, Covered
Telecommunications Equipment or Services—Representation, or in paragraph (v)(2)(i) of the provision
at 52.212-3, Offeror Representations and Certifications-Commercial Products or Commercial Services.
The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has
represented that it "does not use covered telecommunications equipment or services, or any equipment,
system, or service that uses covered telecommunications equipment or services" in paragraph (c)(2) of the
provision at 52.204-26, or in paragraph (v)(2)(ii) of the provision at 52.212-3.
(a) Definitions. As used in this provision—
Backhaul, covered telecommunications equipment or services, critical technology, interconnection
arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings
provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video
Surveillance Services or Equipment.
(b) Prohibition.
(1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal
Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from
procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system,
or service that uses covered telecommunications equipment or services as a substantial or essential
component of any system, or as critical technology as part of any system. Nothing in the prohibition shall
be construed to—
(i) Prohibit the head of an executive agency from procuring with an entity to provide a service
that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection
arrangements; or
(ii) Cover telecommunications equipment that cannot route or redirect user data traffic or
cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles.
(2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal
Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from
entering into a contract or extending or renewing a contract with an entity that uses any equipment,
system, or service that uses covered telecommunications equipment or services as a substantial or
essential component of any system, or as critical technology as part of any system. This prohibition
applies to the use of covered telecommunications equipment or services, regardless of whether that use is
in performance of work under a Federal contract. Nothing in the prohibition shall be construed to—
(i) Prohibit the head of an executive agency from procuring with an entity to provide a service
that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection
arrangements; or
(ii) Cover telecommunications equipment that cannot route or redirect user data traffic or
cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles.
(c) Procedures. The Offeror shall review the list of excluded parties in the System for Award
Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for
"covered telecommunications equipment or services".
(d) Representation. The Offeror represents that—
(1) It will, will not provide covered telecommunications equipment or services to the
Government in the performance of any contract, subcontract or other contractual instrument resulting
from this solicitation. The Offeror shall provide the additional disclosure information required at
paragraph (e)(1) of this section if the Offeror responds "will" in paragraph (d)(1) of this section; and
(2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror
represents that—
It does, does not use covered telecommunications equipment or services, or use any
equipment, system, or service that uses covered telecommunications equipment or services. The Offeror
shall provide the additional disclosure information required at paragraph (e)(2) of this section if the
Offeror responds "does" in paragraph (d)(2) of this section.
(e) Disclosures.
(1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has
responded "will" in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the
following information as part of the offer:
(i) For covered equipment—
(A) The entity that produced the covered telecommunications equipment (include entity
name, unique entity identifier, CAGE code, and whether the entity was the original equipment
manufacturer (OEM) or a distributor, if known);
(B) A description of all covered telecommunications equipment offered (include brand;
model number, such as OEM number, manufacturer part number, or wholesaler number; and item
description, as applicable); and
(C) Explanation of the proposed use of covered telecommunications equipment and any
factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1)
of this provision.
(ii) For covered services—
(A) If the service is related to item maintenance: A description of all covered
telecommunications services offered (include on the item being maintained: Brand; model number, such
as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable);
or
(B) If not associated with maintenance, the Product Service Code (PSC) of the service being
provided; and explanation of the proposed use of covered telecommunications services and any factors
relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this
provision.
(2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has
responded "does" in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the
following information as part of the offer:
(i) For covered equipment—
(A) The entity that produced the covered telecommunications equipment (include entity
name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if
known);
(B) A description of all covered telecommunications equipment offered (include brand;
model number, such as OEM number, manufacturer part number, or wholesaler number; and item
description, as applicable); and
(C) Explanation of the proposed use of covered telecommunications equipment and any
factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2)
of this provision.
(ii) For covered services—
(A) If the service is related to item maintenance: A description of all covered
telecommunications services offered (include on the item being maintained: Brand; model number, such
as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable);
or
(B) If not associated with maintenance, the PSC of the service being provided; and
explanation of the proposed use of covered telecommunications services and any factors relevant to
determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision.
(End of provision)
52.212-1 INSTRUCTIONS TO OFFERORS—COMMERCIAL PRODUCTS AND
COMMERCIAL SERVICES (MAR 2023)
(a) North American Industry Classification System (NAICS) code and small business size standard.
The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the
solicitation. However, the small business size standard for a concern that submits an offer, other than on a
construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture,
process, or produce is 500 employees, or 150 employees for information technology value-added resellers
under NAICS code 541519, if the acquisition—
(1) Is set aside for small business and has a value above the simplified acquisition threshold;
(2) Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror
waives the price evaluation preference; or
(3) Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged womenowned,
or women-owned small business set-aside or sole-source award regardless of dollar value.
(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or
before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead
stationery, or as otherwise specified in the solicitation. As a minimum, offers must show—
(1) The solicitation number;
(2) The time specified in the solicitation for receipt of offers;
(3) The name, address, and telephone number of the offeror;
(4) A technical description of the items being offered in sufficient detail to evaluate compliance
with the requirements in the solicitation. This may include product literature, or other documents, if
necessary;
(5) Terms of any express warranty;
(6) Price and any discount terms;
(7) "Remit to" address, if different than mailing address;
(8) A completed copy of the representations and certifications at Federal Acquisition Regulation
(FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall
complete electronically);
(9) Acknowledgment of Solicitation Amendments;
(10) Customer Support information, when included as an evaluation factor, to include recent and
relevant contracts for the same or similar items and other references (including contract numbers, points
of contact with telephone numbers and other relevant information); and
(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of
agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish
required representations or information, or reject the terms and conditions of the solicitation may be
excluded from consideration.
(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30
calendar days from the date specified for receipt of offers, unless another time period is specified in an
addendum to the solicitation.
(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior
to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples
shall be submitted at no expense to the Government, and returned at the sender’s request and expense,
unless they are destroyed during preaward testing.
(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and
conditions, including alternative line items (provided that the alternative line items are consistent with
FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the
requirements of this solicitation. Each offer submitted will be evaluated separately.
(f) Late submissions, modifications, revisions, and withdrawals of offers.
(1) Offerors are responsible for submitting offers, and any modifications, revisions, or
withdrawals, so as to reach the Government office designated in the solicitation by the time specified in
the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for
the designated Government office on the date that offers or revisions are due.
(2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government
office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not
be considered unless it is received before award is made, the Contracting Officer determines that
accepting the late offer would not unduly delay the acquisition; and-
(A) If it was transmitted through an electronic commerce method authorized by the
solicitation, it was received at the initial point of entry to the Government infrastructure not later than
5:00 p.m. one working day prior to the date specified for receipt of offers; or
(B) There is acceptable evidence to establish that it was received at the Government
installation designated for receipt of offers and was under the Government’s control prior to the time set
for receipt of offers; or
(C) If this solicitation is a request for proposals, it was the only proposal received.
(ii) However, a late modification of an otherwise successful offer, that makes its terms more
favorable to the Government, will be considered at any time it is received and may be accepted.
(3) Acceptable evidence to establish the time of receipt at the Government installation includes the
time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt
maintained by the installation, or oral testimony or statements of Government personnel.
(4) If an emergency or unanticipated event interrupts normal Government processes so that offers
cannot be received at the Government office designated for receipt of offers by the exact time specified in
the solicitation, and urgent Government requirements preclude amendment of the solicitation or other
notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be
extended to the same time of day specified in the solicitation on the first work day on which normal
Government processes resume.
(5) Offers may be withdrawn by written notice received at any time before the exact time set for
receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation
authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact
time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile
offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the
exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the
person signs a receipt for the offer.
(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers
and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should
contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves
the right to conduct discussions if later determined by the Contracting Officer to be necessary. The
Government may reject any or all offers if such action is in the public interest; accept other than the
lowest offer; and waive informalities and minor irregularities in offers received.
(h) Multiple awards. The Government may accept any item or group of items of an offer, unless the
offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may
not be submitted for quantities less than those specified. The Government reserves the right to make an
award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the
offeror specifies otherwise in the offer.
(i) Availability of requirements documents cited in the solicitation.
(1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions,
FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this
solicitation may be obtained for a fee by submitting a request to-
GSA Federal Supply Service Specifications Section
Suite 8100 470 East L’Enfant Plaza, SW
Washington, DC 20407
Telephone (202) 619-8925
Facsimile (202) 619-8978.
(ii) If the General Services Administration, Department of Agriculture, or Department of
Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item
descriptions cited in this solicitation may be obtained free of charge by submitting a request to the
addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.
(2) Most unclassified Defense specifications and standards may be downloaded from the following
ASSIST websites:
(i) ASSIST (https://assist.dla.mil/online/start/).
(ii) Quick Search (http://quicksearch.dla.mil/).
(3) Documents not available from ASSIST may be ordered from the Department of Defense Single
Stock Point (DoDSSP) by(
i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);
(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST;
or
(iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA
19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for
their preparation, publication, or maintenance.
(j) Unique entity identifier. (Applies to all offers that exceed the micro-purchase threshold, and offers
at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the
System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address
on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity
identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds
Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity
identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for
identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Offeror does not
have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity
identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a
Government contract when contacting the entity designated at www.sam.gov for establishing the unique
entity identifier.
(k) [Reserved]
(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall
disclose the following information, if applicable:
(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s
offer.
(2) The overall evaluated cost or price and technical rating of the successful and the debriefed
offeror and customer support information on the debriefed offeror.
(3) The overall ranking of all offerors, when any ranking was developed by the agency during
source selection.
(4) A summary of the rationale for award;
(5) For acquisitions of commercial products, the make and model of the product to be delivered by
the successful offeror.
(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether
source-selection procedures set forth in the solicitation, applicable regulations, and other applicable
authorities were followed by the agency.
Addendum to FAR 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services
The following is inserted as new paragraph (m) of the provision:
(m) QUOTER INSTRUCTIONS
The Government intends to award a firm-fixed-price (FFP) contract resulting from this RFQ to the
responsible Quoter, whose quote conforms to the solicitation and is the most advantageous (best value) to
the Government, price and other factors considered as defined in the EVALUATION FACTORS FOR
AWARD section below. The Government will review the quotes received to determine if they are
compliant with the RFQ requirements. A compliant quote is one that meets all of the terms, conditions,
and specifications in the RFQ. The Quoter must provide all documents listed and comply with all RFQ
instructions in order for their quote to be considered “compliant” with this RFQ. Only compliant quotes
will be evaluated for award.
All questions regarding the RFQ, of a contractual or technical nature, must be submitted electronically by
email to adrian.m.nerida.civ@health.mil no later than 7:00 am PST on Friday, December 15, 2023.
Questions submitted after the specified date and time may not receive a response. Questions, along with
the Government’s responses, will be posted as an attachment to the RFQ. Please be advised that the
Government reserves the right to transmit those questions and answers of a common interest to all
prospective Quoters.
Quoters are instructed to electronically submit their complete quotation in one (1) single file, formatted in
Portable Document Format (PDF) with a .pdf file extension as follows:
- FACTOR 1: Technical Capability:
The Quoter shall submit a capabilities statement, not to exceed two (2) pages, demonstrating the
Quoter’s technical capability (including OEM-certification or authorized reseller letter) to
perform the required services in accordance with Attachment 1 (Performance Work Statement).
- FACTOR 2: Customer Support:
The Quoter shall submit a statement, not to exceed two (2) pages, demonstrating on-site support.
In evaluating on-site support, the factor of responsiveness and efficiency plays a pivotal role. The
on-site support ratings reflect the provider’s ability to promptly address issues and deliver
solutions in a timely manner. A high rating signifies a team’s adeptness at navigating diverse
challenges, ensuring minimal downtime, and optimizing the end-user experience. This metric
encapsulates the provider’s commitment to on-site service excellence, influencing overall
satisfaction and fostering a reliable support infrastructure for users in need.
- FACTOR 3: Price:
The Quoter shall use Attachment 2 (Quote Sheet) to submit a firm-fixed-price for all contract line
item numbers (CLINs) identified. Attachment 2 (Quote Sheet) shall be completed and signed,
with acknowledgment of all amendments to the solicitation. No attempt to reformat or remove
cells is authorized. Submission of pricing data shall be complete and accurate. Incomplete pricing
may result in a Quoter’s quotation being deemed ineligible for award.
- Completed Provisions:
Quoters shall be registered in the System for Award Management (SAM) with the appropriate
NAICS code and completed representations and certifications and shall not have any active
exclusions listed within SAM. Additionally, the Quoter shall include one (1) copy of the
following FAR provision(s) located within this RFQ that shall be completed and included with
the quote:
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance
Services or Equipment
The Government will only consider firm fixed price (FFP) quotations.
All questions regarding the RFQ, of a contractual or technical nature, must be submitted
electronically by email to adrian.m.nerida.civ@health.mil no later than 7:00 am PST on Friday,
December 15, 2023.. Questions with the Government’s responses will be posted as an attachment to the
RFQ. Please be advised that the Government reserves the right to transmit those questions and answers
of a common interest to all prospective Quoters.
Electronic submission of Quotes: Quotations shall be submitted electronically by email to
adrian.m.nerida.civ@health.mil. Quotations must be received by 7:00am PST on Tuesday,
December 19, 2023. Email submissions are limited to 2MB. The submitter should confirm receipt of
email submissions.
All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract
number if applicable, business size, and payment terms. Each response must clearly indicate the
capability of the Quoter to meet all specifications and requirements.
LATE SUBMISSIONS MAY NOT BE CONSIDERED.
It is a Quoter’s responsibility, when transmitting its quote electronically, to ensure the quote’s timely
delivery by transmitting the quote sufficiently in advance of the time set for receipt of quotes to allow for
timely receipt by the Government no later than the date and time stated in this RFQ. Quoters shall allow
adequate time to upload files, which may be slower for non-DoD users, and to avoid other technical
difficulties that may be encountered. A Quoter risks the late receipt and rejection of a quote where it
delays transmitting its quote until the last few minutes before the time set for receipt of quotes. Quotes
that are received after the date and time stated in this RFQ will not be considered except at the discretion
of the Contracting Officer; the Contracting Officer reserves full discretion to accept any late quotes at any
time prior to award if it serves the best interest of the Government.
Quoters are responsible for submitting their quote in the format specified, consistent with requirements
stated elsewhere in this RFQ. Quoters are asked to submit only the information required. Files that cannot
be opened or are otherwise missing the required content are the responsibility of the Quoters.
Submissions that do not adhere to format and content requirements may be considered non-compliant.
The Government reserves the right to eliminate any such quotes from consideration for award.
Quotations must be received no later than 7:00 am PST on Tuesday, December 19, 2023.
(End of provision)
52.212-2 EVALUATION—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
(NOV 2021)
(a) The Government will award a contract resulting from this solicitation to the responsible quoter
whose quote conforming to the solicitation will be most advantageous to the Government, price and other
factors considered. The following factors shall be used to evaluate quotes:
(1) Technical Capability
(2) Customer Support
(3) Price
Technical Capability will be rated on an Acceptable/Unacceptable basis, and Customer Support will be
more important than price.
(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).
(c) 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.
Addendum to FAR 52.212-2, Evaluation—Commercial Products and Commercial Services
The following is inserted as new paragraph (d) of the provision:
(d) EVALUATION FACTORS FOR AWARD
Contract award shall be made on a “Customer support Price Tradeoff” basis. This process allows for a
tradeoff between customer support and price and allows the Government to accept other than the lowest
priced quote or other than the highest rated quote to achieve a best-value contract award. This may result
in an award to a higher-rated, higher-priced quote if the Government determines that the customer support
of the higher-priced quote outweighs the price difference. The selection process is subjective by nature
and professional judgment is implicit throughout the tradeoff process.
The Quoter’s technical capability will be evaluated to determine if it is acceptable or unacceptable in
accordance with the evaluation criteria stated in this RFQ. Contractor must be an OEM-certified service
provider or authorized reseller in order to be rated “Acceptable.” If a Quoter’s technical capability is
determined to be unacceptable, the Quoter will no longer be considered for award. Award will be made to
the Quoter providing a quote that is deemed most advantageous to the Government, whose technical
capability has been determined to be “Acceptable” and trading off Customer Support against price.
Customer Support is more important than price.
The Government intends to award based on initial quotes. Notwithstanding this intent, the Contracting
Officer reserves the right to conduct exchanges if it is within the best interest of the Government, a matter
within their discretion.
FACTOR 1: TECHNICAL CAPABILITY:
The Government will use the following ratings/descriptions in Table 1 when evaluating technical
capability:
Table 1. Technical Capability Ratings
Rating Description
Acceptable
Quote clearly demonstrates the Quoter’s technical capability to perform
the required services in accordance with the Performance Work
Statement.
Unacceptable
Quote does not clearly demonstrate the Quoter’s technical capability to
perform the required services in accordance with the Performance Work
Statement.
FACTOR 2: CUSTOMER SUPPORT:
The Government will evaluate customer support by reviewing the Quoter’s submitted statement
information.
In evaluating on-site support, the factor of responsiveness and efficiency plays a pivotal role. The on-site
support ratings reflect the provider’s ability to promptly address issues and deliver solutions in a timely
manner. A high rating signifies a team’s adeptness at navigating diverse challenges, ensuring minimal
downtime, and optimizing the end-user experience. This metric encapsulates the provider’s commitment
to on-site service excellence, influencing overall satisfaction and fostering a reliable support infrastructure
for users in need.
The Government will use the following ratings/descriptions in Table 2 when evaluating customer support:
Table 2. Performance Confidence Assessment Ratings
Rating Description
Substantial Confidence
Based on the Quoter’s recent/relevant performance record, the
Government has a high expectation that the Quoter will successfully
perform the required effort. On-site support within 12-hours or less.
Satisfactory Confidence
Based on the Quoter’s recent/relevant performance record, the
Government has a reasonable expectation that the Quoter will
successfully perform the required effort. On-site support more than 12
hours but less than 48 hours.
No Confidence /
Unacceptable
Based on the Quoter’s recent/relevant performance record, the
Government has no expectation that the Quoter will be able to
successfully perform the required effort. On-site support more than 48
hours.
FACTOR 3: PRICE:
The Government will evaluate the quoted price for price reasonableness. The following price analysis
techniques may be used to ensure a fair and reasonable price:
- Comparison of quoted prices received in response to the solicitation.
- Comparison of quoted prices with the independent Government estimate.
- Comparison of quoted prices with available historical information.
The quoted price will be evaluated for the entire effort, inclusive of all options. Evaluation of options
shall not obligate the Government to exercise the option(s).
Price must be determined fair and reasonable in order to be eligible for award. A price is reasonable if, in
its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct
of competitive business. A price that is found to be unreasonably high may be indicative of an inherent
lack of understanding of the solicitation requirements and may result in the overall quote not being
considered for award.
(End of provision)