MODIFICATION
65 -- IHS1379094 - Ultrasound Imaging System - Hopi Health Care Center - Amendment 1
- Notice Date
- 9/4/2019
- Notice Type
- Modification/Amendment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus 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
- RFQ-19-PHX-73
- Archive Date
- 9/28/2019
- Point of Contact
- Ashley B. Velasquez, Phone: 6023645016
- E-Mail Address
-
ashley.velasquez@ihs.gov
(ashley.velasquez@ihs.gov)
- Small Business Set-Aside
- Indian Small Business Economic Enterprises
- Description
- Modifications to specifications attached. MODIFICATION - PLEASE SEE ATTACHED UPDATED SPECIFICATIONS. DUE DATE EXTENDED TO 3 PM EDT, 9/13/2019. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation # RFQ-19-PHX-73 and this notice is issued as a Request for Quotation (RFQ). This is a combined synopsis/solicitation for commercial commodities/services. Submit written quotes only, oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). This requirement is under North American Industrial Classification Standard (NAICS) codes: 334510; Small Business Size Standard: 500 employees. This requirement is a 100% Small Business Indian Firm (SBIF) set-aside. Small Business Indian Firm (SBIF) means an IF that is also a small business concern established in accordance with the criteria and size standards of 13 CFR Part 121. The Buy Indian Act (25 USC 47) provides the authority to set-aside procurement contracts for Indian-owned and controlled businesses. Offerors that do not fall into this category will not be considered for award. REQUIREMENTS: Indian Health Service (IHS) - Phoenix Area Office (PAO), 40 North Central Ave., Phoenix, Arizona 85004-4424 has a requirement for a Joint Commission compliant, FDA approved, ultrasound scanner capable of all routine cardiac and electrography procedures for clinical practice. This procurement is for NEW Equipment ONLY; no remanufactured or "gray market" items. Vendor shall be an Original Equipment Manufacturer (OEM authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All, warranty and service associated with the equipment shall be in accordance with the OEM terms and conditions. All Equipment must be covered by the manufacturer's warranty. The quote MUST include a copy of the authorized distributor letter from the manufacturer to verify that the vendor is an authorized distributor of the products being quoted. SERVICE PERFORMANCE LOCATION: Hopi Health Care Center P. O. Box 4000, HWY 264, MP388 Polacca, AZ 86042 TRIBAL EMPLOYMENT RIGHTS OFFICE (TERO): TERO Ordinances require that all employers who are engaged in operating a business on reservations give preference to qualified Indians in all aspects of employment, contracting and other business activities. TERO Offices were established and empowered to monitor and enforce the requirements of the tribal employment rights ordinance. Aspects of this requirement may require a TERO Business License; it is incumbent of the vendor to include all applicable TERO requirements in their quote. To ascertain further information, please contact the following: Hopi Tribal Office of Revenue Commission 928.734.3172 https://www.hopi-nsn.gov/tribal-services/office-of-revenue-commission/ QUESTIONS DUE DATE: 09/04/2019 1:00 PM Eastern Daylight Savings Time (EDT) - all questions must be submitted via email. QUOTE DUE DATE: 09/09/2019 3:00 PM EDT This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation to the lowest priced responsive and responsible vendor on an all or none basis; meaning that the vendor must be able to supply the total quantity requested of the acquisition to be considered for award. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-02 dated 06-05-2019. The provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. The full text of FAR provisions or clauses may be accessed electronically at g http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items JAN 2017 FAR 52.212-3, Offerors Representations and Certifications Commercial Items NOV 2017 Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. CLAUSES INCORPORATED BY REFERENCE: The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. This contract incorporates one 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/these address (es): https://www.acquisition.gov/far/ (FAR) and (HISR); 52.212-1 Instructions to Offerors - Commercial Items (OCT 2015) 52.212-3 Offeror Representations and Certification - Commercial Items (MAR 2016); 52.212-4 Contract Terms and Conditions Commercial Items (MAY 2015); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAR 2016); 52.217-5 Evaluation of Options (JULY 1990); 52.217-8 Option to Extend Services (NOV 1999); 52.217-9 Option to Extend the Term of the Contract (MAR 2000); 52.222-3 Convict Labor (JUN 2003); 52.222-21 Prohibition of Segregated Facilities (APR 2015); 52.222-26 Equal Opportunity (APR 2015); 52.222-36 Equal Opportunity For Workers With Disabilities (JUL 2014); 52.222-41 Service Contract Labor Standards (MAY 2014); 52.225-1 Buy American Act - Supplies (FEB 2009); 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (JUL 2013) (31 U.S.C. 3332); 52.232-34 Payment by Electronic Funds Transfer - Other than System for Award Management (MAY 1999); 52.233-2 Service of Protest (SEP 2006) 52.252-1 Solicitation Provisions Incorporated by Reference 52.204-7 System for Award Management (JUL 2013); 13.5 ADDENDUM - ADDENDUM to FAR 52.212-5 Instructions to Offerors - Commercial Items Sub-Part 13.5 Simplified Procedures for Certain Commercial Items
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-PHOENIX/RFQ-19-PHX-73/listing.html)
- Place of Performance
- Address: Hopi Health Care Center, P. O. Box 4000, HWY 264, MP388, Polacca, AZ 86042, Polacca, Arizona, 86042, United States
- Zip Code: 86042
- Zip Code: 86042
- Record
- SN05429880-W 20190906/190904230911-e5ca32ce656ddffe65ba31390e60687b (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 |