SOLICITATION NOTICE
N -- PC OVER IP COMPUTERS AND EQUIPMENT - CLINTON OKLA - STATEMENT OF WORK
- Notice Date
- 3/11/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
- ZIP Code
- 73114
- Solicitation Number
- 246-13-Q-0006
- Point of Contact
- Edson Yellowfish, Phone: 405-951-3888
- E-Mail Address
-
edson.yellowfish@ihs.gov
(edson.yellowfish@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SF 1449 STATEMENT OF WORK - CLINTON PC CANS The Indian Health Service has a requirement to purchase PC over IP computers and equipment for the Clinton Indian Health Center in Clinton OK. The computers will be delivered FOB destination to the Clinton Indian Health Center located at 10321 N. 2274 Road, Clinton OK. The solicitation will be issued as Request for Quotes (RFQ) 246-13-Q-0006. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Contractor shall provide a firm, fixed-price rate for the items needed. Award of purchase order will be made for lowest-priced technically acceptable bid. Description of Items needed: See attached Statement of Work. This requirement is being procured in accordance with FAR Part 12, Acquisition of Commercial Items. The RFQ will be issued as a total small business set-aside under North American Industry Classification System (NAICS) Code 334111 and a size standard of 1,000 employees. A firm, fixed-price commercial order will be issued. Vendor must have an updated SAM account and ORCA record by the solicitation deadline to be considered for the award. CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. The provisions of 52.212-1, Instructions to Offerors-Commercial Items (Feb 2012), applies to this acquisition. In addition to the information required in FAR 52.212-1, Contractors shall provide the following: (1) Dun and Bradstreet Number (note: Contractors must be registered in the System for Award Management (SAM) to be eligible for award. This can be done at https://www.sam.gov/portal/public/SAM/. The provisions of 52.212-2, Evaluation - Commercial Items (Jan 1999) applies to this acquisition. The Government intends to award one from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Price; (2) Qualifications. Both factors are equal in importance. Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2012) or indicate certifications in ORCA at https://orca@bpn,gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2012), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 Central Contractor Registration (July 2006), 52.204-9 Personal Identity Verification of Contractor Personnel (Sept 2007), 52.223-6 Drug-free Workplace (May 2001), 352.224-70. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Jan 2013) applies to this acquisition. The following clauses apply: 52.203-6, Restriction on Subcontractor Sales to the Government (Sept. 2006); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). The closing date for receipt of quotes is March 29 2013. Offers shall be submitted to the Oklahoma Area Indian Health Service, 701 Market Drive, Oklahoma City, Oklahoma 73114, no later than 4:30 p.m., on March 29 2013. The offer must be submitted in a sealed envelope, addressed to this office, showing the solicitation number, and your name and address. Contact Edson Yellowfish to arrange bid submittal other than sealed envelope. Primary point of contact: Edson Yellowfish, edson.yellowfish@ihs.gov. Any questions should be submitted via email to edson.yellowfish@ihs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-13-Q-0006/listing.html)
- Place of Performance
- Address: CLINTON INDIAN HEALTH CENTER, 10321 N. 2274 ROAD, CLINTON, Oklahoma, 73601, United States
- Zip Code: 73601
- Zip Code: 73601
- Record
- SN03008461-W 20130313/130311234106-5875a8f90fa804712f17e356ec1049be (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 |