SOLICITATION NOTICE
D -- SDS Subscription - MSDS
- Notice Date
- 6/10/2020 11:21:42 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 515210
— Cable and Other Subscription Programming
- Contracting Office
- OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
- ZIP Code
- 73114
- Solicitation Number
- 246-20-Q-0092
- Response Due
- 6/16/2020 1:00:00 PM
- Archive Date
- 07/01/2020
- Point of Contact
- Randy Nevills, Phone: 9183426447
- E-Mail Address
-
miranda.nevills@ihs.gov
(miranda.nevills@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 Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ).��Submit only written quotes for replacement Hologic system. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05.� This solicitation is a 100% Small Business set-aside. The associated NAICS code is 511210 with a SB Standard of $41.5 million. This RFQ contains three (3) Line Items CLIN DESCRIPTION QTY UNIT Unit Price TOTAL 0001 Subscription of SDS Record Management Program Base Year 1 YR 0002 Subscription of SDS Record Management Program� Option Year 1 1 YR 0003 Subscription of SDS Record Management Program Option Year 2 1 YR PERIOD OF PERFORMANCE: Base Year: 9/1/2020-8/31/2021; Option Year One: 9/1/2021-8/31/2022 Option Year Two: 9/1/2022-8/31/2023 Vendor Requirements: ��SEE SOW� below Submit Quotes no later than: 06/16/2020 @ 3:00 PM CST� to the Following Point of Contact: Miranda Nevills �Email: miranda.nevills@ihs.gov Questions and Answers: N/A Evaluation:� FAR 52.212-2 Evaluation -- Commercial Items (completed as follows): (a) The Government will award a firm fixed price 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: Lowest Price Technically Acceptable VENDORS SUBMITTING OR EQUAL ITEMS MUST SUMBMIT DESCRIPTITVE LITERATURE SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING SOLICITED. This solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below.� Terms and conditions other than those stated will not be accepted.� The above pricing is all inclusive.� PROVISIONS:� The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (the offeror should include a completed copy of this provision with their quote). CLAUSES:� The following FAR clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): �FAR 52.203-6 Restrictions on Subcontractor Sales to the Government;� 52.203-13, Contractor Code of Business Ethics and Conduct; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.217-8, Option to Extend Services, FAR 52.217-9, Option to Extend the Term of the Contract, FAR 52.219-8; FAR 52.219-13,; FAR 52.219-28,; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving;� FAR 52.225-1, Buy American Act--Supplies;� FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act � Price Adjustment.��The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. Miscellaneous: NO FAX QUOTATIONS ELECTRONIC SUBMISSIONS � SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (sean.long@ihs.gov)� Mail quotations to Claremore Indian Hospital, Attn: Sean Long, 101 S Moore Ave, Claremore, OK 74017.� NO late quotes will be accepted. All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award.� Please submit the following information with each quote: Vendor Name, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability.� Failure to provide sufficient technical detail may result in rejection of your quote. For additional information, please contact Randy Nevills, mirnada.nevills@ihs.gov or (918) 342-6500. Statement of Work (SOW) Hazardous Materials Record Management System PURPOSE OF THE PROJECT The Claremore Indian Hospital, Indian Health Services requires subscription services to provide a hazardous material record management program accessible by all employees for all items listed on the hospital�s inventory that require maintenance of Safety Data Sheets (SDS). Currently, SDS are maintained by each department using a paper-based system.� A computer-based hazardous material record management program is needed to enable employees to quickly access SDS in their area for the purposes of first aid, spill management, personal protective equipment, etc.� This program would also enable the Safety Officer and Emergency Department to quickly access SDS in response to an emergency.� DETAILED DESCRIPTION OF THE TECHNICAL REQUIREMENTS 2.1 The contractor shall perform the following: Task 1:� The vendor shall provide SDS management for up to 2000 chemicals and materials on the hospital�s chemical and SDS inventory and shall be accessible online by hospital staff. All documents shall be available for printing and downloading by hospital staff. SDS information from manufacturers and vendors shall be kept current at all times. Provide ability to generate SDS reports. Task 2: The vendor shall provide a risk assessment tool for the hospital to use. Task 3: The vendor shall provide a tool/form for each department to add chemicals to their inventory and allow acknowledgement of said chemicals by the Safety Officer. Task 4: The vendor shall provide unlimited technical support for their product. 2.2 Contractor shall coordinate any IHS IT network requirements for employee access to the website with the hospital�s IT department. PERIOD OF PERFORMANCE Base year:� September 1, 2020 to August 31, 2021 Option year 1, year 2:� September 1, 2021 to August 31, 2022 Option year 2, year 3:� September 1, 2022 to August 31, 2023 LEVEL OF EFFORT The contractor shall ensure online access is available at all times to the hospital. The contractor shall ensure SDS information is the latest publication from the manufacturer. Training:� Contractor shall provide a training method for employee training on how to use the website. The training methods can be electronic training documents, online tutorial, or other commonly used training methods on how to use the SDS records management resources. SPECIAL REQUIREMENTS The contractor shall not disclose or cause to disseminate any information concerning operations of Claremore Indian Hospital.� Such action(s) could result in violation of the contract and possible legal actions. All inquiries, comments, or complaints arising from any matter observed, experienced or learned of as a result of or in connection with the performance of the contract, the resolution of which may require the dissemination of official information, shall be directed to the government�s designated representative. Termination Amortization Schedule:� A termination amortization schedule shall be included as an attachment of the awarded contract.� If the Government does not exercise any of the options listed in the price / cost schedule, the Government�s not exercising the options shall have the same effect as if the Government terminated for convenience.� All remedies afforded to contractor in regards to a termination for convenience shall be available to the contractor. DELIVERABLES AND REPORTING REQUIREMENTS Contractor Point of Contact:� The contractor shall furnish one designated point of contact (POC) to the government�s designated representative for coordination of supplies, delivery, and/or maintenance.� The POC shall be empowered to make daily decisions to ensure that the contract implementation and day-to-day maintenance meets the terms and conditions of this contract. Point of Contact � Claremore Indian Hospital Main:� Charity Webb, Safety Officer. PH:� 918-342-6357. Email:� charity.webb@ihs.gov Alternate:� Shawn Chopper, Facility Manager. PH:� 918-342-6020. Email:� shawn.chopper@ihs.gov Contractor�s Phone Numbers:� The contractor shall provide a toll-free telephone number for service calls, which shall be answered during at least eight working hours, between 8:00 am and 4:30 pm, Monday through Friday. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES N/A CONTRACTOR FURNISHED PROPERTY, FACILITIES AND SERVICES The contractor shall furnish all personnel, materials, website services, supplies and equipment required to perform work under the contract. 9.� CHANGES TO THE STATEMENT OF WORK (SOW) Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer.� Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. 10. DELIVERABLES/PERFORMANCE MATRIX ����� Task Indicator Standard Quality Assurance 1 SDS information is up to date. SDS requirements per EPA, OSHA, GHS, WHS Inspection of random sampling in comparison to manufacturer�s latest update for product 2 SDS records management website is available at all times except for planned maintenance. Facility POC is contacted at least 24 hours before planned maintenance occurs. 24/7 operated facility employees have access in case of an emergency. Maintenance downtime is less than 8 hours in a one-week period. Unplanned outages are resolved within 4 hours. 3 SDS website training method is available for employee and/or hospital main contact use. Hospital has vendor-provided resources to train employees on how to use SDS website per industry standard for SDS information available to employees/OSHA. Online training resources are competent and available for use. 4 On-line support is available 24/7 Adequate website support per industry standard On-line support is available
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ab20cf0ad39e44959c731718f7093811/view)
- Place of Performance
- Address: Claremore, OK 74017, USA
- Zip Code: 74017
- Country: USA
- Zip Code: 74017
- Record
- SN05685702-F 20200612/200610230153 (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 |