Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2011 FBO #3570
SOLICITATION NOTICE

70 -- Scanners and Software Purchase - Justification

Notice Date
9/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy, 801 Thompson, TMP 605, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
11-236-SOL-00078
 
Archive Date
9/30/2011
 
Point of Contact
Irisneia Merscher, Phone: 3014435774, Paul B. Premoe, Phone: 3014434470
 
E-Mail Address
iris.merscher@ihs.gov, paul.premoe@ihs.gov
(iris.merscher@ihs.gov, paul.premoe@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name justification. i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation number 11-236-SOL-00078 applies and is issued as a request for quotation (RFQ). (iii) Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (iv) This is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 423430 and the business size standard is 100. The Indian Health Service (IHS) intends to award a Firm Fixed Price Contract on the basis of other than full and open competition to Annams Systems Corporation. (v) IHS Office of Management Services, Division of Administrative Service requires the purchase of Intermec Scanners and Sunflower software. This purchase shall include installation, testing, delivery, and software support. It is the intent of the government to establish a purchase order to purchase these products: CLIN 0001 - Intermec Scanner to include Sunflower software installation and testing. Part # CN3BQH80000E400 Unit of Issue: each Quantity: 38 CLIN 0002 - Intermec Hardware Maintenance service for a period of three (3) years. Part # SN3B-SLVDC3 Unit of Issue: each Quantity: 38 CLIN 0003 - Sunflower Mobile Trak Scanner Software. Unit of Issue: each Quantity: 21 CLIN 0004 - Sunflower Mobile Trak Scanner Software Support for a period of one (1) year. Unit of Issue: each Quantity: 38 (vi) This is a brand name requirement to acquire Intermec hardware and Sunflower software to support the IHS property inventory. The Intermec equipment is being requested to replace current end-of-life equipment to support the Property Management Information System (PMIS). This equipment is compatible with the currently licensed software, which is being integrated to the the local area networks supporting the IHS IT infrastructure. The Sunflower is the current software used for property inventory and the agency has a lifetime ownership Sunflower software license. (vii) 801 Thompson Ave, Rockville, MD 20852 (viii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors - Commercial Items (June 2008). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing and delivery in accordance with FAR 52.212-2, Evaluation-Commercial Items, paragraph (ix) below, 7) Resume of the individual who will be performing the work. (ix) 52.212-2 Evaluation-Commercial Items (Jan 1999). - IHS intends to award a firm-fixed price purchase order. The offerors shall present capability to supply the hardware, software installation, and software support. Failure to provide proof of capability may cause the Contracting Officer to deem the quote package incomplete and ineligible for award. The award will be made to the lowest priced technically acceptable offer. The evaluation and award procedures in FAR 13.106 apply. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2011). An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and return it with their offer. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Aug 2011), to include the following clauses listed at paragraph (b): 52.204-10 Reporting Executive Compensation and First-tier Subcontract Awards; 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Aside; 52.222-3 Convict labor; 52.222.19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act, Alternate I; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires (xiii) n/a (xiv) n/a (xv) Due date for submissions is September 15, 2011, 2pm ET. All questions should be submitted in writing to iris.merscher@ihs.gov. Due to possible fax and email transmission problems it is the contractor's responsibility to verify receipt of quote. (xvi) POC is Iris Merscher, Contract Specialist, 301-443-4938.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/11-236-SOL-00078 /listing.html)
 
Place of Performance
Address: Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN02559416-W 20110903/110902102546-88b9fd007d1d32af5aca67e828f89152 (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.