Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 26, 2023 SAM #7942
SOLICITATION NOTICE

J -- Ultrasound machine with PMA base plus option years - CSU El Reno Indian Health Center

Notice Date
8/24/2023 2:46:22 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
 
ZIP Code
73114
 
Solicitation Number
246-23-Q-0172
 
Response Due
8/30/2023 9:00:00 AM
 
Archive Date
09/14/2023
 
Point of Contact
Krishna Harriman, Phone: 5803313487
 
E-Mail Address
krishna.harriman@ihs.gov
(krishna.harriman@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 products or commercial services 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; quotations 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) # 246-23-Q-0172.��Submit only written quotes for this RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. This solicitation is a 100% Buy Indian Small Business set-aside. The associated NAICS code is 811210 with a Small Business Standard size of $34M. This RFQ contains six (6) Line Items: PERIOD OF PERFORMANCE: �BASE YEAR: 12 months from date of award ��������������������������������������������������������������� OPTION YEAR 1 � 12 months. ��������������������������������������������������������������� OPTION YEAR 2 � 12 months ��������������������������������������������������������������� OPTION YEAR 3 � 12 months ��������������������������������������������������������������� OPTION YEAR 4 � 12 months Vendor Requirements: ��SEE ATTACHED STATEMENT OF WORK including specifications Submit Quotes no later than: 08/30/2023 11:00 a.m. CST� to the Following Point of Contact (only): Krishna Harriman, Purchasing Agent, via Email: krishna.harriman@ihs.gov. Evaluation:� FAR 52.212-2 Evaluation � Commercial Products and Commercial Services (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, offers/item must meet the following: Equipment MUST be DICOM compatible with current SMAART PACS system. All multi-frequency transducer�s outlined in Statement of Work at: 2.27, 2.28, 2.29, 2.30, 2.31 and 2.32. 3D color Doppler/ Bi Directional Power Doppler. Optimal penetration of large body habitus with improved signal to noise ratio to a depth of at least 40cm. Customizable calculation packages. Applications Training. 1 Year Maintenance agreement 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 Offerors-Commercial Products and Commercial Services (MAR 2023); FAR 52.212-3, Offeror Representations and Certifications-Commerical Products and Commercial Services (DEC 2022); FAR 52.222-22, Previous Contract and Compliance Reports (FEB 1999); FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification (MAY 2014); HHSAR 352.226-4 Notice of Indian Small Business Economic Enterprise Set-Aside; HHSAR 352.226-5, Notice of Indian Economic Enterprise Set-Aside; HHSAR 352.226-7 Indian Economic Enterprise Representation. �(the offeror should include a completed copy of these provisions with their quote). CLAUSES:� The following FAR clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (DEC 2022); FAR 52.212-5 (JUN 2023), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Products and Commercial Services (to include the following clauses sited): � FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020; FAR 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023); FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021); FAR 52.219-6, Notice of Total Small Business Set-Aside�(Nov 2020); FAR 52.219-8, Utilization of Small Business Concerns (Oct 2022); FAR 52.219-14, Limitations on Subcontracting (OCT 2022); FAR 52.219-28, Post Award Small Business Program Rerepresentation (Mar 2023); FAR 52.222-3, Convict Labor�(Jun 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Dec 2022); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (SEP 2016); FAR 52.222-35, Equal Opportunity for Veterans (Jun 2020); FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020); FAR 52.222-37, Employment Reports on Veterans (Jun 2020); FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); FAR 52.222-50, Combating Trafficking in Persons (Nov 2021); FAR 52.222-54, Employment Eligibility Verification (May 2022); FAR 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016); FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving (Jun 2020); FAR 52.223-20, Aerosols (Jun 2016); FAR 52.224-3 Privacy Training (Jan 2017); FAR 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (DEC 2022); FAR 52.225-13, Restriction on Certain Foreign Purchases (Feb 2021); FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Oct 2018); FAR 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014); FAR 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014); FAR 52.217-2, Cancellation Under Multi-year Contracts (OCT 1997); FAR 52.217-8 Option to Extend Services (NOV 1999); FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000); HHSAR 352.237-70, Pro-Children Act of 1994 (DECEMBER 18, 2015); HHSAR 352.226-6 Economic Enterprise Subcontracting Limitations; HHSAR 352.232-71, Electronic submission of payment requests. ��The above Provisions and Clauses may be obtained via internet at https://www.acquisition.gov/browse/index/far Miscellaneous: NO FAX QUOTATIONS ELECTRONIC SUBMISSIONS � SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (krishna.harriman@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, UEI 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/2881d3b38f724b06ac1cf3b357c6aa98/view)
 
Place of Performance
Address: OK 73036, USA
Zip Code: 73036
Country: USA
 
Record
SN06805290-F 20230826/230824230053 (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.