SOLICITATION NOTICE
65 -- IHS1406902 - Isolation Gowns - PAO - COVID-19
- Notice Date
- 6/4/2020 2:20:23 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- PHOENIX AREA INDIAN HEALTH SVC PHOENIX AZ 85004 USA
- ZIP Code
- 85004
- Solicitation Number
- RFQ-20-PHX-028
- Response Due
- 6/8/2020 3:00:00 PM
- Archive Date
- 06/23/2020
- Point of Contact
- Ashley Velasquez, Phone: 6023645016
- E-Mail Address
-
Ashley.Velasquez@ihs.gov
(Ashley.Velasquez@ihs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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-20-PHX-028 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: 339112; Small Business Size Standard: 500 employees.� This requirement is being set-aside for Small Business (SB), only qualified vendors may submit quotes. REQUIREMENTS:� Indian Health Service (IHS) � Phoenix Area Office (PAO), 40 North Central Ave., Phoenix, Arizona 85004-4424 has an urgent area-wide requirement for polypropylene disposable isolation gowns level 1 sizes medium � x-large; these COVID-19 response items must be available for delivery within 7 days after receipt of order. 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. DELIVERY LOCATIONS:� Whiteriver Service Unit (WRSU), 400 W. Apache Dr., Whiteriver, AZ 85941 Colorado River Service Unit (CRSU), 12033 Agency Rd., Parker, AZ 85344 Hopi Health Care Center (HHCC), HWY 264, Mile Marker 388, Polacca, AZ 86042 Phoenix Indian Medial Center (PIMC), 4212 M. 16th St., Phoenix, AZ 85016 � QUOTE DUE DATE: 06/08/2020 3:00 PM AZT � all questions must be submitted via email. � PRICING: See attached pricing chart. Quotes must be submitted electronically to Ashley.Velasquez@ihs.gov. 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(s) until the total quantity is met; meaning, multiple awards may be made to fulfill this requirement. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-05 dated 03-30-2020. 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�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://SAM.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); 52.204-7 � System for Award Management (Oct 2016) 52.204-10 � Reporting Executive Compensation and First Tier Subcontract Awards (Oct 2016) 52.204-13 � System for Award Management Maintenance (Oct 2016) 52.204-16 � Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18 � Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19 � Incorporation by Reference of Representations and Certifications (Dec 2014) 52.209-6 � Protecting the Government�s Interest When Subcontracting with contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.211-7 � Delivery of Excess Quantities (Sep 1989)52.212-1 Instructions to Offerors � Commercial Items (OCT 2015) 52.212-1 � Instructions to Offerors � Commercial Items (Jan 2017) 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); 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-18 � Availability of Funds (Apr 1984) 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); 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.233-2 Service of Protest (SEP 2006) 52.232-40 -- Providing Accelerated Payments to Small business Subcontractors (Dec 2013) 52.246-4 � Inspection of Services � Fixed Price (Aug 1996) 52.247-34 � F.o.b. Destination (Nov 1991) 52.252-1 Solicitation Provisions Incorporated by Reference 13.5 ADDENDUM � ADDENDUM to FAR 52.212-5 Instructions to Offerors � Commercial Items Sub-Part 13.5 Simplified Procedures for Certain Commercial Items Arizona State Taxes The Department of Health and Human Services, Phoenix Indian Medical Center, is Tax Exempt under A.R.S.42-5063(C)(3)(a), A.R.S.42-5067(B)(1), A.R.S.42-5065(B)(2)(a), A.R.S.42-5066(B)(3) (a), A.R.S.42-5074(B)(8), A.R.S.42-5071(B)(2)(a), A.R.S.42-5061(A)(25)(a), and A.R.S.42-5159(A)(13)(a),(b),(c), State of Arizona Department of Revenue. (Copy of Certificate available upon request). Contractor is responsible for determining and paying all required taxes. The final quotation amount shall include all applicable taxes. Award amount shall not be adjusted due to failure of the offeror to include taxes into the quotation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a6dd4761077543979da8cfaa7d8c349d/view)
- Place of Performance
- Address: Phoenix, AZ 85016, USA
- Zip Code: 85016
- Country: USA
- Zip Code: 85016
- Record
- SN05680973-F 20200606/200604230157 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |