SOLICITATION NOTICE
65 -- PROVIDE COAGULATION TESTING REAGENTS AND SUPPLIES - REQUEST FOR QUOTE AND SOW
- Notice Date
- 2/26/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Phoenix Area Office, 40 N Central Avenue, Phoenix, Arizona, 85004-4424
- ZIP Code
- 85004-4424
- Solicitation Number
- 15-247-SOL-00043
- Archive Date
- 3/25/2015
- Point of Contact
- Randall Brown, Phone: 9286693350
- E-Mail Address
-
randall.brown@ihs.gov
(randall.brown@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ AND SOW (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 15-247-SOL-00043. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78. (IV) THIS SOLICITATION IS BEING ISSUED AS A TOTAL SMALL BUSINESS SET-ASIDE. The associated NAICS code is 325413. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial services: See attached request for quotation. (VI) Description of requirements is as follows: SEE ATTACHED STATEMENT OF WORK WHICH APPLIES TO BASE YEAR AND OPTION YEARS 1 THROUGH 4. (VII) Period of performance shall be: BASE YEAR FOR A TWELVE MONTH PERIOD. OPTION PERIOD 1 FOR A TWELVE MONTH PERIOD. OPTION PERIOD 2 FOR A TWELVE MONTH PERIOD. OPTION PERIOD 3 FOR A TWELVE MONTH PERIOD. OPTION PERIOD 4 FOR A TWELVE MONTH PERIOD. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (APR 2014), applies to this acquisition. This is a Best Value Acquisition. NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. Quotes shall be fully executed and returned on the Standard Form (SF) 18 and any acknowledgements of solicitation amendments on the SF 30 or provided within the text of the posting. Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are preferred and can be sent to Randall Brown, email Randall.brown@ihs.gov. (IX) FAR 52.212-2, Evaluation - Commercial Items (OCT 2014), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a) the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Price and ability to meet the statement of work. 2. Past Performance - Quotes shall include at least two references relevant to the Offeror's performance to provide the service being solicited. References must include the company name and contact person's name, phone number and email. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency's knowledge of contractor performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services. References must include the company name and contact person's name, phone number and email. The Contractors past performance evaluation will be based on responsiveness, quality, and customer services. This is a PASS/FAIL. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (DEC 2014). (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (DEC 2014) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEC 2014) applies to this acquisition. The following clauses under subparagraph (b) apply: (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (AUG 2013) (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (22) 52.219-28, Post Award Small Business Program Representation (JUL 2013) (25) 52.222-3, Convict Labor (JUN 2003) (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (27) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). (28) 52.222-26, Equal Opportunity (MAR 2007) (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (39) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (40) 52.225-1, Buy American Act-Supplies (MAY 2014) (43) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (49) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998), This contract incorporates on or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/index.html (End of Clause) The following additional terms and conditions apply: FAR 52.204-7, System for Award Management (JUL 2013) FAR 52.204-13, System for Award Management Maintenance (JUL 2013) FAR 52.216-18, Ordering (OCT 1995) FAR 52.217-19, Order Limitations (OCT 1995) FAR 52.217-21, Requirements (OCT 1995) FAR 52.217-5, Evaluation of Options (JUL 1990) FAR 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of clause) FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of clause) FAR 52.232-19, Availability of Funds for the Next Fiscal Year (APR 1984) Funds are not presently available for performance under this contract beyond 2/28/2016. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond year one, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) FAR 52.225-25, PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATIONS (DEC 2012) FAR 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (DEC 2013) Department of Health and Human Services Acquisition Regulation (HHSAR) (48 CFR Chapter 3) Clauses (Incorporated by Reference): http://farsite.hill.af.mil/vfhhsara.htm NUMBER TITLE DATE 352.202-1 Definitions JAN 2006 352.223-70 Safety and Health JAN 2006 352.224-70 Privacy Act JAN 2006 352.227-70 Publications and Publicity JAN 2006 (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 4:00 P.M. MDT ON 3/10/2015. All quotes must be faxed or emailed (preferred) to Randall Brown. The fax number is (928) 669-3202 and email address is Randall.brown@ihs.gov. (XVI) Any questions regarding this solicitation should be directed to Randall Brown at email Randall.brown@ihs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-PHOENIX/15-247-SOL-00043/listing.html)
- Record
- SN03652743-W 20150228/150226234559-84eadf548fe38f23028dcc388d71bd77 (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 |