Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2023 SAM #7837
SOLICITATION NOTICE

70 -- ISBEE Set-aside PluralSight Training Licenses - Phoenix Area IHS

Notice Date
5/11/2023 9:53:32 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
513210 —
 
Contracting Office
PHOENIX AREA INDIAN HEALTH SVC PHOENIX AZ 85004 USA
 
ZIP Code
85004
 
Solicitation Number
RFQ-23-PHX-049
 
Response Due
5/25/2023 2:00:00 PM
 
Archive Date
06/09/2023
 
Point of Contact
Dekovan Cook, Phone: 6023645018
 
E-Mail Address
Dekovan.Cook@ihs.gov
(Dekovan.Cook@ihs.gov)
 
Small Business Set-Aside
BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
 
Description
1 of 6 Request for Quote RFQ-23-PHX-049 The Department of Health and Human Services, the Phoenix Area Indian Health Service (IHS), is� soliciting quotes for 32 PluralSight Training Licenses for online training for IT Staff at various� Phoenix Area IHS facilities. This requirement is a 100% Set-aside for Indian Small Business Economic Enterprise (ISBEE)/Native� American-owned Small Businesses. SUBMISSION INSTRUCTIONS Proposals must be submitted electronically via email on or before the solicitation closing date and� time stated in the SAM. The Government anticipates one (1) firm fixed-price award from this solicitation to the responsive,� responsible offeror whose quote is conforming to the Brand Name or equal specification stated in� this solicitation. Quote(s) must be FOB destination, include all applicable discounts, and all required line items� must have a price to be considered for award. Not providing prices for all CLINS items shall make� your offer non- responsive to the solicitation. Quotes may be attached, in a vendor preferred� format (e.g. PDF). Offerors shall quote on all required items. The government will not split this requirement. FOB Destination DELIVERY LOCATIONS Phoenix Area Office, Indian Health Services (PAO-IHS) 40 N. Central Ave, Ste 605 Phoenix, AZ 85004 REQUIREMENT The price quote is to be submitted as an all-inclusive Firm Fixed Price quote. Brand Name or equal to: PluralSight Licenses 1. Pluralsight Business Professional Licenses 1164-0028 �Qty: 32 2. �Pluralsight Labs � � � � � � � 1164-0119 � Qty: 32 Note: IAW OMB memorandum M-21-07, The Office of Management and Budget (OMB) mandates that U.S. federal agencies use the Internet Protocol version 6 (IPv6). In November 2020, OMB issued� memorandum M-21-07 ""Completing the Transition to IPv6,� which outlines the Federal government's strategic intent ""to deliver its information services, operate its networks, and access the� services of others using only IPv6"". The IHS requires all new IT systems (hardware and software) to� operate in a pure IPv6 network environment. This includes on-premises services or third-party� hosted services that require network integration into the IHS network. The Offeror's solution shall� comply with the IPv6 standards profile as defined by the NIST USGv6 Program:� https://www.nist.gov/programs-projects/usgv6-program. EVALUATION a. � � Technical: Offerors shall provide brief description of technical characteristics and specifications of the� items stated in this solicitation and attached documents, to include technical documentation to� support equipment being offered. b. � � Price: The price(s) shall be specific, complete in every detail, and separate from the technical� submission. Submit pricing for all; not submitting pricing for all items will make your quote� non-responsive to the solicitation. Contractor shall state in their RFQ that the quote shall remain� effective for 60 calendar days after close of solicitation. Basis for Award: In addition to price, best value will be utilized for this requirement. By submission of its offer,� the Offeror accepts all solicitation requirements, including terms and conditions, representations� and certifications, and technical requirements. Failure to meet a requirement may result in an� offer being determined technically unacceptable. In order for an Offeror to be considered for award, the proposal must receive an �Acceptable�� rating in every non-price factor. Any proposal receiving a rating of �Unacceptable� in any� non-price factor will not be further evaluated. Ratings for Technical: Acceptable � Proposal clearly meets the minimum requirements and salient characteristics outlined� in the solicitation. Unacceptable � Proposal does not clearly meet the minimum requirements of the solicitation. For the purpose of award, the Government shall evaluate offers based on the evaluation factors� described below: Factor 1 � Technical Capability of the Item Offered: Offerors shall provide brief description of technical characteristics and specifications of the� items stated in this solicitation and attached documents, to include technical documentation to� support equipment being offered. If equal items are quoted, a crosswalk or detailed list of� specifications need to be included that are same or similar to the Ricoh IM 4000. Factor 2 � Delivery (ARO): Factor 3 � Past Performance: Offerors must submit past performance that is current and relevant as defined herein. Offerors may� submit a maximum of 5 (minimum of 3) examples of their past performance with their 2 of 6 offer to include prime contract and subcontracts. Past performance information should contain the� following: - �Project title; - �Description of the project and equipment; - �Contract number; - �Contract amount; - �Government Agency/Organization; - �COR�s & CO�s name, address, and phone number; - �Current status, e.g., delivery after award date; and - �A brief narrative of why you deem the reference to be relevant to this effort. Factor 4 � Price: INVOICING PROCESSING PLATFORM (IPP) (Feb 2022) In compliance with the Office of Management and Budget (OMB) M-15-19 memorandum �Improving� Government Efficiency and Saving Taxpayer Dollars Through Electronic Invoicing� directing Federal� agencies to adopt electronic invoicing as the primary means to disburse payment to vendors.� Invoices submitted under any award resulting from this solicitation will be required to utilize the� Invoice Processing Platform (IPP) in accordance with HHSAR 352.232-71, Electronic Submission and� Processing of Payment Requests� IPP is a secure, web-based electronic invoicing system provided by the U.S. Department of the� Treasury�s Bureau of the Fiscal Service, in partnership with the Federal Reserve Bank of St. Louis� (FRSTL). Respondents to this solicitation are encouraged to register an account with IPP if they� have not already done so. If your organization is already registered to use IPP, you will not be� required to re- register- however, we encourage you make sure your organization and designated IPP� user accounts are valid and up to date. The IPP website address is: https://www.ipp.gov If you require assistance registering or IPP account access, please contact the IPP Helpdesk at� (866) 973-3131 (M-F 8AM to 6PM ET), or IPPCustomerSupport@fiscal.treasury.gov Note: Should an Offeror feel that use of the IPP would be unduly burdensome, the response to this� solicitation should include an explanation of this position for a determination by the contracting� officer. FAR 52.252-1 Solicitation Provisions Incorporated by Reference �(Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include� blocks that must be completed by the offeror and submitted 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. Also, the full text� of a solicitation provision may be accessed electronically at this/these address(es): 3 of 6 Acquisition.gov 52.212-1 � � � � Instruction to Offerors�Commercial Items � � �(Mar 2023) 52.212-3 � � � � Offeror� Representations and Certifications-- � � �(Dec 2022) Commercial Items Solicitation Provisions in by full text.� 52.212-2 EVALUATION COMMERICAL ITEMS (NOV 2021) (a) (1) 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: Factor 1: Technical Factor 2: Delivery Factor 3: Past Performance Factor 4: Price (2) Technical and past performance, when combined, are significantly more important, when compared� to price or cost. (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. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or� Equipment (Dec 2019) The Offeror shall not complete the representation in this provision if the Offeror has represented� that it �does not provide covered telecommunications equipment or services as a part of its offered� products or services to the Government in the performance of any contract, subcontract, or other� contractual instrument� in the provision at 52.204-26, Covered Telecommunications Equipment or� Services- Representation, or in paragraph (v) of the provision at 52.212-3, Offeror Representations� and Certifications-Commercial Items. (a) Definitions. As used in this provision� �Covered telecommunications equipment or services�, �critical technology�, and �substantial or essential component� have the meanings provided in clause 52.204-25, Prohibition on Contracting for� Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for� Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13,� 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any� equipment, system, or service that uses covered telecommunications equipment or services as a� substantial or essential component of any system, or as critical technology as part of any system.� Contractors are not prohibited from providing� 4 of 6 (1)A service that connects to the facilities of a third-party, such as backhaul, roaming, or� interconnection arrangements; or (2) Telecommunications equipment that cannot route or redirect user data traffic or permit� visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award� Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for� �covered telecommunications equipment or services�. (d) Representation. The Offeror represents that it will, will not provide covered� telecommunications equipment or services to the Government in the performance of any contract,� subcontract or other contractual instrument resulting from this solicitation. (e) Disclosures. If the Offeror has represented in paragraph (d) of this provision that it �will�� provide covered telecommunications equipment or services�, the Offeror shall provide the following� information as part of the offer� (1) A description of all covered telecommunications equipment and services offered (include brand;� model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or� wholesaler number; and item description, as applicable); (2) Explanation of the proposed use of covered telecommunications equipment and services and any� factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision; (3) For services, the entity providing the covered telecommunications services (include entity� name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and (4) For equipment, the entity that produced the covered telecommunications equipment (include� entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a� distributor, if known). 52.204-26 Covered Telecommunications Equipment or Services-Representation (Dec 2019) (a) Definitions. As used in this provision, �covered telecommunications equipment or services� has� the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain� Telecommunications and Video Surveillance Services or Equipment. (b) Procedures. The Offeror shall review the list of excluded parties in the System for Award� Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for� �covered telecommunications equipment or services�. (c) Representation. The Offeror represents that it ? does, ? does not provide covered� telecommunications equipment or services as a part of its offered products or services to the� Government in the performance of any contract, subcontract, or other contractual instrument. HHSAR 332.7003 Electronic Submission of Payment Requests (Feb 2022) (a) Definitions. As used in this clause� Payment request means a bill, voucher, invoice, or request for contract financing payment with� associated supporting documentation. The payment request must comply with the requirements� identified in FAR 32.905(b), �Content of Invoices� and the applicable Payment clause included in� this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment� requests electronically using the Department of Treasury Invoice Processing Platform (IPP) or� successor system. Information regarding IPP, including IPP Customer Support contact information, is� available at www.ipp.gov or any successor site. (c) The Contractor may submit payment requests using other than IPP only when the Contracting� Officer authorizes alternate procedures in writing in accordance with HHS procedures. 5 of 6 6 of 6 (d) If alternate payment procedures are authorized, the Contractor shall include a copy of the� Contracting Officer's written authorization with each payment request. (End of provisions) 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)(7), 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). �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/86866ee619e2448090dd45b4285775af/view)
 
Place of Performance
Address: Phoenix, AZ 85004, USA
Zip Code: 85004
Country: USA
 
Record
SN06680190-F 20230513/230511230112 (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.