Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2019 FBO #6495
SOLICITATION NOTICE

74 -- Office Equipment- Scanners and Headsets - RFQ-19-152

Notice Date
9/5/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423420 — Office Equipment Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
 
ZIP Code
57401
 
Solicitation Number
RFQ-19-152
 
Archive Date
9/18/2019
 
Point of Contact
Faye Goehring, Phone: 6052267328, Nichole R. Lerew, Phone: 6052267567
 
E-Mail Address
faye.goehring@ihs.gov, nichole.lerew@ihs.gov
(faye.goehring@ihs.gov, nichole.lerew@ihs.gov)
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
Attachments: Clauses, Specifications and Indian Firm Representation form This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. B. The Great Plains Area Indian Health Service (I.H.S) intends to award a Firm-Fixed Price, Commercial Item, purchase order in response to Request for Quote (RFQ) 19-152. C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05. D. The RFQ is issued at a 100% Indian Economic Enterprise Small business and associated with NACIS code 423420, which as a small business standard of 200 employees. E. The unit price is an all-inclusive (All "inclusive cost" is defined to include travel, lodging, per diem, fringe benefits, federal, state and local taxes, contact the local Tribal TERO Office to see if taxes are applicable), plus all other cost pertinent to the performance of this purchase order. Utilize your most competitive and reasonable rates. Basis for award shall be based on the Lowest Price Technically Acceptable "LPTA". F. The Contract Line Items (CLINs) structure is as shown below. CLIN 0001 PA03656-B305: SCANSNAP IX500 25PP; 600DPI PC/MAC WLS- BRAND NAME OR EQUAL 18 EACH @ $__________________________ CLIN 0002 SIX500-AEPWNDBD-3: SCANSNAP IX500 3 YEAR ADV EXCHG WTY- BRAND NAME OR EQUAL 18 EACH @ $_______________________ CLIN 0003 CP-HS-WL-561-M-US: 561 WIRELESS SINGLE HEADSET, MULTIBASE STATION US- BRAND NAME OR EQUAL 8 EACH @ $____________________________ CLIN 0004 CP-HS-WL-562-M-US=: 562 WLS DUAL HEADSET MULTIBASE STATION US BRAND NAME OR EQUAL 1 EACH @ $_______________________ G. Office equipment: Scanners and headsets H. Delivery to Great Plains Area Office, 115 4th Ave Se, Aberdeen SD 57401 Period of Performance: Forty Five (45) days from the date of the award. I. FAR 52.212-1 Instructions to offerors- Commercials Items (October 2018) Offers may be submitted on the company letterhead stationery, signed and dated. It shall include the following in order to be considered technically acceptable: 1. Solicitation Number: RFQ-19-152 2. Closing Date: SEPTEMBER 13, 2019 @ 12:00 PM CST 3. Name, Address, and phone number of company and email of contact person. 4. Technical description of the service being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. This may include product literature, or other documents, if necessary. 5. Price and any discount terms 6. "Remit to" Address, if different than mailing address 7. A completed copy of the representations and certifications at FAR 52.212-3; see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically. 8. Acknowledgement of Solicitation Amendments (if any issued). 9. Statement stating ability to meet qualifications and the requirements of the Statement of Work. 10. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offerors that fail to furnish required representations or information, or reject the terms and conditions. In addition, Contractors shall provide the following: • Indian Firm Representation Form J. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (October 2018)-See attachment for full text. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) t through (o) of this provision. K. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (October 2018) - See attachment; in by reference L.. FAR 52.212-5 - Contract Terms & Condition's Required to Implement Statutes or Executive Orders - Commercial Items (August 2019) - See attachment for full text. M. Attached are the Federal Acquisition Regulations (FAR) and Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable. N. Offers will be accepted electronically, Submit via e-mail to the following: Great Plains Area Indian Health Service Faye Goehring, Contract Specialist 115 4th Avenue SE, Room 309, Federal Building Aberdeen, South Dakota 57401 Fax 605-226-7328 e-mail: faye.goehring@ihs.gov Any questions please submit by September 11, 2019 @ 12:00 PM CST NOTICE TO OFFERORS: No contract award shall be made to a vendor or provider listed on the OIG Exclusion List (http://exclusion.oig.hhs.gov) throughout the duration of the contract. Should a candidate be found with a non-favorable security clearance it shall be the contractor's responsibility to replace the candidate working under the contract/purchase order with a suitable candidate. It shall be the responsibility of the contractor to notify the Acquisition Office there is a change in provider. In addition, no Contractor or subcontractor employee shall be permitted to performance work under this contract if listed on the LEIE (HHS Office of Inspector general List of Excluded Individuals/Entities), http://exclusions.oig.hhs.gov. As soon as practicable prior to the performance of the work, the Contractor shall provide to the Contracting Officer the names of all individuals to be used in performance of work for screening against the LEIE. During the performance, the Contractor shall provide the Contracting Officer the names of any additional or substitute employees for screening before they begin work. Contract will need a DUNS number, TIN number and be registered and active in SAM at www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-19-152/listing.html)
 
Place of Performance
Address: Great Plains Area Office, 115 4th Ave SE, Room 309, Aberdeen, South Dakota, 57401, United States
Zip Code: 57401
 
Record
SN05433424-W 20190907/190905231420-3ca6ba98883f75d7c94c4342e6d7b354 (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.