SOLICITATION NOTICE
65 -- SDVOB SET-ASIDE - CORNEAL TOPOGRAPHY UNIT FOR LAWTON INDIAN HOSPITAL
- Notice Date
- 5/1/2023 8:25:17 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 42345
—
- Contracting Office
- INDIAN HEALTH SERVICE PORTLAND OR 97209 USA
- ZIP Code
- 97209
- Solicitation Number
- 246-23-Q-0076
- Response Due
- 5/15/2023 2:30:00 PM
- Archive Date
- 05/30/2023
- Point of Contact
- Cynthia Rattler
- E-Mail Address
-
Cynthia.Rattler@ihs.gov
(Cynthia.Rattler@ihs.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- 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) # 246-22-Q-0076.��Submit only written quotes for this RFQ. This solicitation is 100% SET ASIDE for Small Disabled Veteran Owned Small Business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02.� The associated NAICS code is 339115. This RFQ contains One (1) Line Item: CLIN DESCRIPTION QTY UNIT Unit Price TOTAL 0001 Oculus Pentacam HR, Brand Name or Equal, see attached specifications 1 EA 1.00 PERIOD OF PERFORMANCE: 90 days After Receipt of Order Vendor Requirements: ��SEE ATTACHED SPECIFICATIONS Submit Quotes no later than:�5/15/2023 4:30 a.m. CDT� to the Following Point of Contact: Cynthia Rattler, Contract Specialist (Contractor), via Email: cynthia.rattler@ihs.gov. 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 To be considered technically acceptable, items must meet the following: All specifications listed on the attached PC Specifications *Vendor must be registered through SAM. VENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT 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), 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran CLAUSES:� The following FAR clauses apply to this solicitation: FAR 52.204-23�Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; 52.204-25�Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018); FAR 52.212-5 (MAR 2020), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): 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 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-13,; 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 52.222-36, Equal Opportunity for Workers with Disabilities; 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 52.232-39�Unenforceability of Unauthorized Obligations; FAR 52.232-40�Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3�Protest after Award; FAR 52.233-4�Applicable Law for Breach of Contract Claim; FAR 52.244-6�Subcontracts for Commercial Products and Commercial Services.��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. (cynthia.rattler@ihs.gov)� 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8649c1b55b244f45a5ce62a959d8d49b/view)
- Place of Performance
- Address: Lawton, OK 73507, USA
- Zip Code: 73507
- Country: USA
- Zip Code: 73507
- Record
- SN06667728-F 20230503/230501230114 (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 |