SOLICITATION NOTICE
D -- RFQ-10-09-043-TD
- Notice Date
- 7/18/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334210
— Telephone Apparatus Manufacturing
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
- ZIP Code
- 59107
- Solicitation Number
- RFQ-10-09-043-TD
- Archive Date
- 8/18/2009
- Point of Contact
- Tammy Dennert, Phone: 406-247-7352
- E-Mail Address
-
tammy.dennert@ihs.gov
(tammy.dennert@ihs.gov)
- Small Business Set-Aside
- N/A
- 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 procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 253(g) and 253a and 253b) and FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a fixed-price commercial item contract in response to Request for Quotation (RFQ)-10-09-043-TD. The services are being solicited on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. The associated North American Industry Classification System code is 334210 and the small business size standard is 1,000 employees. As provided in the solicitation provisions offerors are authorized to submit alternate proposals for satisfying the requirements of the RFQ. PRICE SCHEDULE – PBX TELEPHONE SYSTEM UPGRADE: Pricing to be all inclusive. Contract Line Item Number (CLIN) 1 – Telephone system upgrade at Poplar, 1 Job at $. CLIN 2 – Repair and replacing speakers for the clinic paging system at Poplar, 1 Job at $. CLIN 3 – Maintenance agreement for preventive maintenance services at Poplar, quarterly billing, 4 each at $ per quarter totaling $. CLIN 4 – Telephone system upgrade at Wolf Point, 1 Job at $. CLIN 5 – Maintenance agreement for preventive maintenance services at Wolf Point, quarterly billing, 4 each at $ per quarter totaling $. PURPOSE OF THE CONTRACT: The purpose of this contract is to upgrade the telephone systems for the Fort Peck Service Unit, PHS Indian Health Centers at Poplar and Wolf Point, Montana. STATEMENT OF WORK: The objective is to enable the Indian Health Service (IHS) to install current technology. Upgrading existing telecommunication systems at the Fort Peck Service Unit, PHS Indian Health Centers at Poplar and Wolf Point, Montana is more cost effective and large upfront costs associated with the acquisition of new telecommunication systems will be eliminated. Moreover, the IHS telecommunications infrastructure will be protected. The contract services, at a minimum, must include the following. Site Survey : The contractor will perform comprehensive on-site physical inspection of the IHS facility to assess the current state of the communication systems. After completion of the survey a meeting with the IHS facility managers is done to discuss the survey results and establish goals for improving the telecommunications network. Objectives: The Indian Health Service is looking to upgrade their existing telephone system with new PBX. The contractor must be an Avaya Platinum Business Partner. Consideration will be given to contractors who have completed on-site surveys. Wolf Point has a current system of approximately 39 telephones and Poplar’s system consists of approximately 68, with the Tribal health Department having 19 telephones currently connected to the Poplar phone system. Both sites have T-1 requirements for voice, VoIP and voice mail. Objectives are established and resources such as hardware and software are identified to achieve these objectives. In order for the telecommunications to operate at maximum efficiency and cost effectiveness, the capabilities of the system must meet with the expectations of the end users. Telecommunications Management: The contractor provides an analysis of connectivity charges to ensure cost effectiveness. The contractor will act as a single point of contact between IHS and the various telecommunications contractors contributing to the system, whether it’s a billing issue or service interruption. Technicians: The contractor will supply factory certified technicians for installation, maintenance and service. The contractor must be able to provide copies of current certifications on demand. Dispatch: The contractor must guarantee priority dispatch with guaranteed response times of certified technicians. Remote service support via telephone or emails shall be provided at no charge to IHS. Disaster Recovery: The contractor shall provide current critical data archiving and recovery services for all critical data on the telecommunications system. The contractor guarantees to have parts in stock and immediately available at no additional charge. Training: The contractor is to provide extensive and complete training on site at time of delivery. Unlimited training is to be provided at no additional charge at contractor’s site on a quarterly basis or on-line. Preventive Maintenance: A comprehensive annual maintenance visit is required to check and clean all critical components of the telecommunications system. Upgrades: Contractor to supply and install all pertinent software upgrades for telecommunication system at no additional charge for the complete term of agreement. Moves, Additions, and Changes: Moving, changing or adding equipment to the telecommunication system will not incur labor costs. Additions to the system must be included in the contract for waiver of labor charges. Warranty: All major voice related components, including cabinets, power supplies, circuit boards, telephones and voice mail systems are to carry a full parts and labor warranty from the date of installation of the program through the entire term. If there is a part to be replaced there will be no service call charge, no trip charge, and no labor charge. There is to be no charge for “no trouble found” calls. The length of the warranty is to be 60 months (5 years). Summary: The Indian Health Service is looking for a contract to reduce the risks of obsolescence and cost of ownership and increase telecommunications capacity for two clinics, install current technology and upgrade existing telecommunication systems, and remove large upfront costs associated with acquisition on new systems. The overall objective is to solve the telecommunication and services for the IHS patients. PERIOD OF PERFORMANCE: 90 Days. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PROJECT OFFICER: The Contracting Officer shall designate a Project Officer, in writing, at time of award. The Project Officer shall be responsible for: (1) Monitoring the Contractors technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to the Project Officer. The Contractor agrees to include the following information on each invoice: (1) Contractor’s name, address and telephone number; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Date services were provided; and (6) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where federally funded children’s services are provided. AWARD DECISION: The Government will award a contract, resulting from this solicitation, to the responsible offeror whose offer conforming to the solicitation represents the best value to the Government, including price and other price related factors (past performance; special features of the item required for effective performance; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and delivery terms. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-9, 52.212-4, 52.212-5, 52.215-5, 52.223-5, 52.223-6, 52.228-5, 52.229-3, 52.232-18, 52.237-1, 52.237-2, 52.242-15, 52.242-17, 352.202-1, 352.215-1, 352.215-70, 352.223-70, 352.224-70, 352.232-9, 352.270-2, 352.270-3, 352.270-4, 352.270-6, 352.270-7, 352.270-10, 352.270-13, 352.270-16, and 352.270-19. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at http://www.arnet.gov and http://www.hhs.gov/oamp/policies/hssar.doc. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall submit a completed copy of FAR 52.212-3 with its offer. Contractors intending to conduct business with the Federal Government must register with the Department of Defense Central Contractor Registration (CCR) database prior to award. The CCR is the primary Government repository, which retains information on Government contractors. You may register via the Internet at http://www.ccr.gov or by calling (888) 227-2423 or (269) 961-5757. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 2:00 p.m., on August 3, 2009. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company’s name and address. Offers will also be accepted by e-mail at Tammy.Dennert@ihs.gov or by fax at (406) 247-7108. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 90 days from the date of receipt by the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-10-09-043-TD/listing.html)
- Place of Performance
- Address: Fort Peck Serivce Unit, PHS Indian Health Centers, Wolf Point and Poplar, Montana., United States
- Record
- SN01880234-W 20090720/090718233336-984b49795161ece636dc20c5f202c06c (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 |