Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2021 SAM #7111
SOLICITATION NOTICE

81 -- ZSU_METAL_STORAGE_CONTAINER

Notice Date
5/19/2021 2:24:46 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
ALBUQUERQUE AREA INDIAN HEALTH SVC ALBUQUERQUE NM 87110 USA
 
ZIP Code
87110
 
Solicitation Number
75H70721Q00016
 
Response Due
5/26/2021 4:00:00 PM
 
Archive Date
06/10/2021
 
Point of Contact
Shannon Eldridge-Shorty, Phone: 5052566768
 
E-Mail Address
shannon.eldridge-shorty@ihs.gov
(shannon.eldridge-shorty@ihs.gov)
 
Small Business Set-Aside
BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
 
Description
(i)������� This is a combined synopsis/solicitation for a 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 to request for proposals with no issuance of a written solicitation. (ii)������ The Request for Quotation (RFQ) issued via solicitation number 75H70721Q00016. (iii)����� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitions Circular (FAC) 2021-02. (iv)���� The requirement is a 100% Set-Aside for Small Business Indian Firms concerns with a cascading set-aside for Other Small Business Concerns and only quotes from qualified offerors will be considered. Under the Buy Indian Act, 25 U.S.C. 47, though the transfer of authority from the Department of Interior to HHS, offers will be solicited from Indian Small Business Economic Enterprises (see HHSAR Subpart 326.6) that are also small business concerns. If we do not receive enough competition and/or reasonably priced offers from the ISBEE set-aside, we will then evaluate quotes and consider for award to other small business concerns. Any acquisition resulting from this cascading set-aside will be from such a concern as follows: First Tier: Indian Small Business Economic Enterprise; Second Tier: Service Disabled Veteran-Owned Business; Third Tier: Certified HubZone Small Business; Fourth Tier: Small Disadvantage Business; Fifth Tier: All other Small Business Concerns; ����������� Offers received from enterprises that are not one of these small business concerns will not be considered. ����������� �The associated NAICS code is 332311 with small business standard of 750. (v)����� The Contract Line Items (CLIN) and pricing structure are as shown below: ����������� CLIN0001:� Brand Name or Equal to the following: (vi)���� The purpose of this fixed price purchase order is to procure: �Metal Storage Containers with the following specifications: The Vendor shall provide 3- 40� and 2-10� Storage containers or equivalent.� The units shall be non-working storage containers for outright purchase that meet the following specifications and features: SPECIFICATIONS: Model ������������������������������������������������������������������������������� No specific model Overall Dimension 3 boxes will be 8�W x 9�6�H x 40�L 2 boxes will be 8�W x 8�6�H x 10�L. Can be 8�W x 8�.5�H x 20�L������ Modifications Vendor shall provide interior lighting with light switch to turn off and off. Vendor shall provide electrical power hook up access to Mains Power with at least 50 AMP service. Vendor shall provide non-slip flooring that is easy to clean.��� Vendor shall provide Vents, Screened and Louvered to ventilate and to prevent condensation. Container shall also have at least 1 Turbine Vent. Vendor shall provide 36� door on either front or side of container. ����������� � � � � �� �� ����������������������� Shipping:����������������� The Vendor shall include all associated shipping/delivery costs and provide shipping date information to the Shipping and Receiving/POC listed.� The equipment shall be shipped to the following location: ������������������������������������������� ������������������� Zuni Comprehensive Community Health Center ������������������������������������������� ������������������� Route 301 21B Ave ������������������������������������������� ������������������� Zuni, NM� 87327 ������������������������������������������� ������������������� Attn:� Bernard Ghachu, Biomed ������������������ Installation:��������������� Vendor shall provide equipment to unload and set up containers. (vii)��� The delivery and acceptance terms for this order are FOB Destination.� 90 days after Receipt of Award. (viii)�� The provision at 52.212-1, Instructions to Offerors � Commercial Items (JUN 2020), applies to this acquisition.� Submit quotes on company letterhead stationery, signed and dated, it shall include the following: ����������� 1.��� Solicitation number. ����������� 2.��� Name, address, telephone number of the offeror and email address of the contact person. ����������� 3.��� Technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. ����������� 4.��� Completed Pricing Information and discount terms, if applicable. ����������� 5.��� A completed copy of the representations and certifications at FAR 52.212-3. ����������� 6.��� A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (ix)���� The provision at 52.212-2, Evaluation � Commercial Items (OCT 2014), applies to this solicitation. ����������� a)��� The Government will award a 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: (i) Technical Capability (specifications) and (ii) Price; All technical factors other than price, when combined, are more important than price. ����������� b)��� Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). ����������� c)��� A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)����� Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications�Commercial Items (FEB 2021), with its offer.� The offeror shall complete only paragraph (b) of the provision of the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal . (xi)���� The clause at 52.212-4, Contract Terms and Conditions�Commercial Items (OCT 2018), applies to this acquisition.� The following addendum applies: E-mail addresses for submission of invoices are alb_aoapinvoices@ihs.gov; shannon.eldridge-shorty@ihs.gov and keith.martinez@ihs.gov. �When delivery has occurred, submit an invoice. (xii)��� The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders�Commercial Item (JAN 2021), and the additional FAR clauses cited in the clauses are applicable to the acquisition. ����������� (a)� The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, as incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ������������������� (1)� 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). ������������������� (2)� 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115-91). ������������������� (3)� 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2020) (Section 889(a)(1)(A) of Pub. L. 115-232). ������������������� (4)� 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). ������������������� (5)� 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). ������������������� (6)� 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). ����������� (b)� The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (June 2020), with Alternate I (Oct 1995) (41�U.S.C.�4704 and 10�U.S.C.�2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Jun 2020) (41�U.S.C.�3509)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) X_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. ��L. 109-282) ( 31�U.S.C.�6101�note). __ (5) [Reserved]. __ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of ���Div. C). __ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). _X_ (8) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Jun 2020) (31�U.S.C.�6101�note). __ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41�U.S.C.�2313). __ (10) [Reserved]. �__ (11) �(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Mar 2020) (15�U.S.C.�657a). ��������������� �__ (ii) Alternate I (Mar 2020) of 52.219-3. � __ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Mar 2020) ��(if the offeror elects to waive the preference, it shall so indicate in its offer) (15�U.S.C.�657a). __ (ii) Alternate I (Mar 2020) of 52.219-4. ��������������� __ (13) [Reserved] ��������������� _X_ (14) �(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15�U.S.C.�644). __ (ii) Alternate I (Mar 2020) of 52.219-6. ��������������� __ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (Nov 2020) (15�U.S.C.�644). ��������������� __ (ii) Alternate I (Mar 2020) of 52.219-7 __ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15�U.S.C.�637(d)(2) and (3)). __ (17) (i) 52.219-9, Small Business Subcontracting Plan (Jun 2020) (15�U.S.C.�637(d)(4)). __ (ii) Alternate I (Nov 2016) of 52.219-9. __ (iii) Alternate II (Nov 2016) of 52.219-9. __ (iv) Alternate III (Jun 2020) of 52.219-9. __ (v) Alternate IV (Jun 2020) of 52.219-9 __ (18) (i) 52.219-13, Notice of Set-Aside of Orders (Mar 2020) (15�U.S.C.�644(r)). __ (ii) Alternate I (Mar 2020) of 52.219-13. __ (19) 52.219-14, Limitations on Subcontracting (Mar 2020) (15�U.S.C.�637(a)(14)). __ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15�U.S.C.�637(d)(4)(F)(i)). __(21)52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Mar 2020)(15�U.S.C.�657f). __(22)(i) 52.219-28, Post Award Small Business Program Rerepresentation (Nov 2020) (15�U.S.C.�632(a)(2)). __ (ii) Alternate I (MAR 2020) of 52.219-28. __ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-� Owned Small Business Concerns (Mar 2020) (15�U.S.C.�637(m)). __ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Mar2020) (15�U.S.C.�637(m)). __ (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (Mar 2020) (15�U.S.C.�644(r)). __ (26) 52.219-33, Nonmanufacturer Rule (Mar 2020) (15U.S.C. 637(a)(17)). X (27) 52.222-3, Convict Labor (Jun 2003) (E.O.11755). __ (28) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan2020) (E.O.13126). _X (29) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X (30) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246). __ (ii) Alternate I (Feb 1999) of 52.222-26. _X (31) (i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38�U.S.C.�4212). __ (ii) Alternate I (Jul 2014) of 52.222-35. _X (32) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29�U.S.C.�793). __ (ii) Alternate I (Jul 2014) of 52.222-36. __ (33) 52.222-37, Employment Reports on Veterans (Jun 2020) (38�U.S.C.�4212). __ (34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X (35) (i) 52.222-50, Combating Trafficking in Persons (Oct 2020) (22�U.S.C.�chapter�78 and E.O. 13627). __ (ii) Alternate I (Mar 2015) of 52.222-50 (22�U.S.C.�chapter�78 and E.O. 13627). __ (36) 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA�Designated Items (May 2008) ( 42�U.S.C.�6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42�U.S.C.�6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693). __ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). __ (40) (i) 52.223-13, Acquisition of EPEAT�-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Oct 2015) of 52.223-13. __ (41) (i) 52.223-14, Acquisition of EPEAT�-Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun2014) of 52.223-14. __ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (May 2020) (42�U.S.C.�8259b). __(43) (i) 52.223-16, Acquisition of EPEAT�-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-16. _X(44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513). __(45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). __(46) 52.223-21, Foams (Jun2016) (E.O. 13693). __(47) (i) 52.224-3 Privacy Training (Jan 2017) (5 U.S.C. 552 a). __(ii) Alternate I (Jan 2017) of 52.224-3. __(48) 52.225-1, Buy American-Supplies (Jan2021) (41�U.S.C.�chapter�83). __(49) (i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (Jan 2021)(41�U.S.C.chapter83, 19�U.S.C.�3301 note, 19�U.S.C.�2112 note, 19�U.S.C.�3805 note, 19�U.S.C.�4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. __(ii) Alternate I (Jan 2021) of 52.225-3. __(iii) Alternate II (Jan 2021) of 52.225-3. __(iv) Alternate III (Jan 2021) of 52.225-3. __(50) 52.225-5, Trade Agreements (Oct 2019) (19�U.S.C.�2501, et seq., 19�U.S.C.�3301 note). _X(51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __(52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10�U.S.C. 2302Note). __(53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov2007) (42�U.S.C.�5150). __(54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov2007) (42�U.S.C.�5150). __(55) 52.229-12, Tax on Certain Foreign Procurements (Jun 2020). __(56) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41�U.S.C.�4505, 10�U.S.C.�2307(f)). __(57) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41�U.S.C.�4505, 10�U.S.C.�2307(f)). _X(58) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) (31�U.S.C.�3332). __(59) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31�U.S.C.�3332). __(60) 52.232-36, Payment by Third Party (May 2014) (31�U.S.C.�3332). __(61) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5�U.S.C.�552a). _X(62) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15�U.S.C.�637(d)(13)). __(63) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46�U.S.C.�Appx.�1241(b) and 10�U.S.C.�2631). __(ii) Alternate I (Apr 2003) of 52.247-64. __(iii) Alternate II (Feb 2006) of 52.247-64. (xiii)�� As determined by the contracting officer, the following additional contract requirement(s) as well as terms and conditions are necessary for this acquisition consistent with customary commercial practices. ����������� a)��� 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) & 52.252-2 -- Clauses Incorporated by Reference (FEB 1998) applies to the RFQ. This solicitation incorporates solicitation provisions and clauses by reference, with the same force and effect as if given in full text. Upon request, the Contracting Officer will make their full text available. The offeror stands cautioned that the listed provisions may include blocks, which requires completion by the offeror.� Submit these sections with its quotation or offer. �In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. In addition, it is possible to access electronically at this address www.acquisition.gov the full text of a solicitation provision. FAR 52.217-8, Option to Extend Services (NOV 1999) ����������� b)��� The following HHSAR clauses are incorporated to this RFQ: ������������������� (HHSAR https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html) ������������������� 1)��� 352.211-3���������������� Paperwork Reduction Act������������ (DEC 2015) ������������������� 2)��� 352.226-1���������������� Indian Preference��������������������������� (DEC 2015) ������������������� 3)��� 352.226-2���������������� Indian Preference Program�������� (DEC 2015) ������������������� 4)��� 352.227-70������������� Publications and Publicity������������ (DEC 2015) (xv)��� Proposals are due by May 25, 2021 at 12:00 pm MDT, e-mail the proposals to Shannon Eldridge-Shorty; shannon.eldridge-shorty@ihs.gov; (505)256-6768. Questions are due on May 21, 2021 at 12:00 pm MDT.� Offer must confirm the receipt of the proposal by IHS. (xvi)�� Technical Contact is Bernard Ghachu at (505)782-4431.� Contact for solicitation is 75H70721Q00016.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a3431775086c436aa9fad8762196bd3c/view)
 
Place of Performance
Address: Zuni, NM 87327, USA
Zip Code: 87327
Country: USA
 
Record
SN06007474-F 20210521/210519230120 (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 |
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.