SOLICITATION NOTICE
74 -- Multi-functional Printers - RFQ Package
- Notice Date
- 3/5/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333316
— Photographic and Photocopying Equipment 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
- 246-18-Q-0020
- Archive Date
- 3/29/2018
- Point of Contact
- Katrina Eaton, Phone: 4059513704
- E-Mail Address
-
katrina.eaton@ihs.gov
(katrina.eaton@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The RFQ package contains the RFQ cover page, Statement of Work and Far Clauses This is a combined synopsis/solicitation for commercial item 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; quotes are being requested and a written solicitation will not be issued. The solicitation is issued as Request for Quotes (RFQ) 246-18-Q-0020. This procurement is 100% small business set-aside under NAICS code 333316 with a standard business size of 1,000 employees. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-96, effective November 6, 2017. Contractor shall provide a firm, fixed-price rate for (6) multi-functional printers and a maintenance service agreement for each to include b/w and color copies and overages. Please review the Statement of Work. The period of performance for this requirement is approximately 35 days for delivery/installation and 1 year for the maintenance service. The closing date for receipt of quotes is March 14, 2018. The offer may be submitted along with a breakdown of the offer by email to Katrina.Eaton@ihs.gov or in a sealed envelope, addressed to this office, showing the solicitation number, and your name and address, no later than 5:00 p.m. CST, on March 14, 2018. Qualified vendors will review the Statement of Work and following information then submit applicable information. TELEPHONE INQUIRIES CANNOT BE ACCEPTED AND TELEPHONE CALLS WILL NOT BE RETURNED. 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.acquisition.gov and https://www.hhs.gov/grants/contract/contract-policies-regulations/hhsar/index.html The provisions of 52.212-1, Instructions to Offerors-Commercial Items (Jan 2017), applies to this acquisition. In addition to the information required in FAR 52.212-1, Contractors shall provide the following: (1) two past performance references to include the contact name phone number, contract number, company name, brief description of project, (2) registration in the System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/), (3) Firm Fixed Price, and (4) Specifications that are being quoted on. The provision at FAR 52.212-2, Evaluation-Commercial Items (Nov 2014), applies to this acquisition. The contract shall be awarded to the Lowest Priced Technically Acceptable (LPTA) offeror. The technical evaluation shall be a determination based on information furnished by the vendor in the submitted proposals. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2017) OR indicate certifications in SAM at https://www.sam.gov The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 System for Award Management (Oct 2016), 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011), 52.223-6 Drug-free Workplace (May 2001), 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997), 352.224-70 Privacy Act (Dec. 18, 2015), 352.237-71 Crime Control Act of 1990-Reporting of Child Abuse (Dec. 18, 2015) and 352.237-72 Crime Control Act of 1990-Requirement for Background Checks (Dec. 18, 2015). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Jan 2018) 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 (Nov 2011); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Sept 2016); 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014); 52.222-50, Combating Trafficking in Persons (Mar 2015); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (July 2013); 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997); 352-237.72 Crime Control Act of 1990-Requirement for Background Checks (Dec. 18, 2015). THE INDIAN HEALTH SERVICE WILL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO MEET THE REQUIREMENTS IN THE STATEMENT OF WORK CONTRACT AWARD WILL BE MADE TO THE RESPONSIBLE, RESPONSIVE OFFEROR OFFERING THE LOWEST REASONABLE PRICE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-18-Q-0020/listing.html)
- Place of Performance
- Address: 36640 Hwy 270 & Barking Water Rd., Wewoka, Oklahoma, 74884, United States
- Zip Code: 74884
- Zip Code: 74884
- Record
- SN04842778-W 20180307/180305231229-7aa2aa25f05e10d75f9da670376e123a (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 |