SOLICITATION NOTICE
65 -- IHS1453058 Chairs NNMC
- Notice Date
- 1/17/2023 11:23:51 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 33911
—
- Contracting Office
- NAVAJO AREA INDIAN HEALTH SVC WINDOW ROCK AZ 86515 USA
- ZIP Code
- 86515
- Solicitation Number
- IHS1453058_Chairs_NNMC
- Response Due
- 1/24/2023 11:00:00 AM
- Archive Date
- 01/24/2023
- Point of Contact
- Melissa Lake, Phone: 5053687029
- E-Mail Address
-
Melissa.Lake@ihs.gov
(Melissa.Lake@ihs.gov)
- Small Business Set-Aside
- BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
- 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 #IHS1453058 Chairs NNMC and this notice is issued as a Request for Quotation (RFQ).� This is a combined synopsis/solicitation for commercial commodities. 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: 33911; or any applicable NAICS code, along with the appropriate Small Business Size Standard.� This requirement is a�100% set-aside for Buy Indian. A tiered evaluation preference will be used to first evaluate quotes from Indian Small Business Economic Enterprises (ISBEE); if no award can be made to an ISBEE, quotes from other small business (SB) socio-economic designations will be reviewed; if no award can be made to a SB, other than small business quotes will be reviewed. �� ISBEE vendors must complete the attached�INDIAN HEALTH SERVICE BUY INDIAN ACT INDIAN ECONOMIC ENTERPRISE REPRESENTATION FORM.� REQUIREMENTS:� Indian Health Service (IHS) � The Shiprock Service Unit is in need of Chairs for the General Service/Pharmacy Department to support the Shiprock Service unit, Northern Navajo Medical Center, Shiprock, New Mexico. 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. QUOTES MUST INCLUDE A COPY OF THE AUTHORIZED DISTRIBUTOR LETTER FROM THE MANUFACTURER TO VERIFY THAT THE VENDOR IS AN AUTHORIZED DISTRIBUTOR FOR THE PRODUCTS BEING QUOTED.�Failure to provide an authorized distributor letter will deem a quote non-responsive, and will not be further reviewed. REQUIRED ITEMS:�See equipment listing in attached Specifications. SERVICE PERFORMANCE LOCATION:�Northern Navajo Medical Center, Shiprock, New Mexico. QUESTIONS DUE DATE:�07/01/2022 12:00 PM MDT � all questions must be submitted via email. QUOTE DUE DATE:�07/06/2022 10:00 AM MDT - all quotes must be submitted via email. This is an open-market combined synopsis/solicitation for products and services, as defined herein. The government intends to award a purchase order (PO), as a result of this combined synopsis/solicitation to the responsive and responsible vendor, on an all or nothing basis, whose conforming response offers the best price to the Government. Contracting Officer (CO) and Contracting Officer Representative(s) (COR(s)) Quality Assurance Personnel.�The CO will appoint CORs for management of the day-to-day activities of this requirement. The identity, title, and authority of this representative will be provided in writing to the Contractor after award. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-06 dated May 26, 2022. 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://www.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); 52.212-1 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 � CLAUSES INCORPORATED BY FULL TEXT: 52.212-2 � Evaluation � Commercial Items (Oct 2014) The provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. TECHNICAL PROPOSAL: Offerors shall provide a technical quote that includes warranty information and past performance. Quotes must include an authorized distributor letter; additionally, an estimated delivery schedule must be provided. Proposed Solution ��The technical quote shall identify the Brand Name items requested and warranty coverage details. Quotes may be evaluated for technical acceptance on a pass/fail basis; items not meeting the Brand Name requirement, or providing sufficient demonstration of equal technical specifications, may be deemed non-responsive and not further evaluated. Proof of FDA device approval must be submitted, if applicable. Delivery schedule:�Vendor shall submit a proposed delivery schedule. The Government may also consider information obtained through other sources. Past performance information will be utilized to determine the probability of success relative to the required effort. Recent is defined as having been completed within the last 24 months from close date of this solicitation. Relevant is defined as any contract or subcontract valued at $50,000 or greater with a similar type requirement. Relevant Past Performance evaluation via Past Performance Information Retrieval System (PPIRS). PPIRS records for the identified contract will be assessed and other records within PPIRS may be considered. No submission is required for this section. PRICING:�Price will be evaluated in whole, including all service options and optional accessories quoted.�Failure to provide quotes for items may be deemed non-responsive and may not be further evaluated.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/91d4fa490943485fb1a82cfe0f92d409/view)
- Place of Performance
- Address: Shiprock, NM 87420, USA
- Zip Code: 87420
- Country: USA
- Zip Code: 87420
- Record
- SN06565828-F 20230119/230117230107 (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 |