Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 13, 2024 SAM #8234
SOLICITATION NOTICE

W -- CLINTON IHS - MONTHLY LEASE, MAINTENANCE, AND SUPPORT FOR PHARMACY INTELLICAB

Notice Date
6/11/2024 6:08:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
 
ZIP Code
73114
 
Solicitation Number
246-24-Q-0117
 
Response Due
6/14/2024 2:00:00 PM
 
Archive Date
06/29/2024
 
Point of Contact
Krishna Harriman, Phone: 5803313487
 
E-Mail Address
krishna.harriman@ihs.gov
(krishna.harriman@ihs.gov)
 
Description
** AMENDMENT 1: OFFERS DUE IS NOW 6/14/2024 FROM 6/12/2024.** 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) # 246-24-Q-0117.��Submit only written quotes for this RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. This solicitation is FULL AND OPEN. The associated NAICS code is 541512. PERIOD OF PERFORMANCE:� � � � � � � BASE YEAR � �������������������� 07/01/2024 � 06/30/2025 ��������������������������������������������������������������� OPTION YEAR 1 � ������������ 07/01/2025 � 06/30/2026 ��������������������������������������������������������������� OPTION YEAR 2 � ������������ 07/01/2026 � 06/30/2027 ��������������������������������������������������������������� OPTION YEAR 3 � ������������ 07/01/2027 � 06/30/2028 ��������������������������������������������������������������� OPTION YEAR 4 � ������������ 07/01/2028 � 06/30/2029 Vendor Requirements: ��SEE ATTACHED STATEMENT OF WORK Submit Quotes no later than: 06/14/2024 4:00 p.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 (NOV 2021): (a) The Government will award a firm fixed price Purchase Order 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: Best Value (see criteria below) In determining best value, the Government will use Trade-offs where Price and other evaluation factors will be considered: Technical Capability, Past Performance and Pricing . The Evaluation Factors and significant sub factors when combined are significantly more important than cost or price. Technical Capability: Shall provide continued lease, support and maintenance agreement for IntelliCab will-call Management Operating System 2.0 � standard (NON-RMF certified) at the Clinton, El Reno and Watonga Indian Health Centers for the following parts: (see SOW for more information) Clinton Indian Health Center 1������������� L-RRX CTS SERVICE (CTS-CT)�������� RRx Control Top Service/Support 1������������� L-RRX CAB SERVISE (ICSS-IC)������� RRx Intellicab Service/Support 1������������� L-RRX CONTROL TOP STATION���� RRx Operating System 2.0 1������������� L-RRX INTELLICAB����������� ��������������� RRx IntelliCab Four Drawer Storage Cab 2������������� L-RRX INTELLIPAD RFID READER RRx IntelliPad RFID Reader 6������������� L-RRX BAR CODE SCANNER���������� RRx Bar Code Scanner (Reader) 4������������� L-RRX SIGNATURE CAPTURE�������� RRx Signature Capture 1������������� M-RRX AUTONOTIFY����������������������� AutoNotify � Monthly Text/VM Service 1������������� GSLANSET-01������������������������������������� AutoNotify Implementation Fee El Reno Indian Health Center 1������������� L-RRX CTS SERVICE (CTS-CT)�������� RRx Control Top Service/Support 1������������� L-RRX CAB SERVISE (ICSS-IC)������� RRx Intellicab Service/Support 1������������� L-RRX CONTROL TOP STATION���� RRx Operating System 2.0 1������������� L-RRX INTELLICAB����������� ��������������� RRx IntelliCab Four Drawer Storage Cab 2������������� L-RRX INTELLIPAD RFID READER RRx IntelliPad RFID Reader 6������������� L-RRX BAR CODE SCANNER���������� RRx Bar Code Scanner (Reader) 4������������� L-RRX SIGNATURE CAPTURE�������� RRx Signature Capture 1������������� M-RRX AUTONOTIFY����������������������� AutoNotify � Monthly Text/VM Service 1������������� GSLANSET-01������������������������������������� AutoNotify Implementation Fee Watonga Indian Health Center 1������������� L-RRX CTS SERVICE (CTS-CT)�������� RRx Control Top Service/Support 1������������� L-RRX CAB SERVISE (ICSS-IC)������� RRx Intellicab Service/Support 1������������� L-RRX CONTROL TOP STATION���� RRx Operating System 2.0 1������������� L-RRX INTELLICAB����������� ��������������� RRx IntelliCab Four Drawer Storage Cab 1������������� L-RRX INTELLIPAD RFID READER RRx IntelliPad RFID Reader 1������������� M-RRX AUTONOTIFY����������������������� AutoNotify � Monthly Text/VM Service 1������������� GSLANSET-01������������������������������������� AutoNotify Implementation Fee Vendor shall provide a signed and dated proprietary letter from manufacturer to provide continued lease, maintenance and support on the existing IntelliCab will-call Management Operating System 2.0. Past Performance Pricing: Complete pricing schedule above for each site. Pricing will be evaluated by adding the base year and out years together for a comprehensive price. Evaluation of options shall not obligate the government to exercise the option(s). (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. (End of provision) VENDORS SHALL SUBMIT THE FOLLOWING: *COMPLETED PRICE SCHEDULE � MUST BE COMPLETED FOR CURRENT AND OUT YEARS. *COMPLETE LEASE, SERVICE, AND MAINTENANCE AGREEMENT DETAILS. *SIGNED AND DATED PROPRIETARY LETTER FROM MANUFACTURER (BD). *3 PAST PERFORMANCE REFERENCES. *COMPLETED PRICE SCHEDULE � MUST BE COMPLETED FOR CURRENT AND OUT YEARS. VENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT DESCRIPTITVE LITERATURE SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING SOLICITED PROVISIONS:� FAR 52.242-1, 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): https://www.acquisition.gov/browse/index/far FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023); FAR 52.211-6, Brand Name or Equal (AUG 1999); FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Feb 2024); FAR 52.217-5, Evaluation of Options (JULY 1990); 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); FAR 52.225-6, Trade Agreements Certificate (FEB 2021); FAR 52.252-5, Authorized Deviations in Provisions (NOV 2020); HHSAR 352.223-71, Instructions to Offerors � Sustainable Acquisition (DEC 2015); HHSAR 352.239-72, Information System Security Plan and Accreditation (FEB 2024); HHSAR 352.239-78, Information and Communication Technology Accessibility Notice (Feb 2024) (DEVIATION); �(the offeror should include a completed copy of these provisions with their quote). CLAUSES:� FAR 52.252-2, Clauses Incorporated by Reference�(Feb 1998). 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/browse/index/far FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (NOV 2021); FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023); 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 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Products and Commercial Services (Feb 2024);� FAR 52.217-8, Option to Extend Services (Nov 1999); FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000); FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022); FAR 52.219-8, Utilization of Small Business Concerns (FEB 2024); FAR 52.219-28, Post Award Small Business Program Rerepresentation (Feb 2024); FAR 52.222-2, Privacy Act (Apr 1984); FAR 52.222-3, Convict Labor�(Jun 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2024); 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 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contract for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014) FAR 52.223-20, Aerosols (MAY 2024); FAR 52.223-23, Sustainable Products and Services (MAY 2024); FAR 52.224-1, Privacy Act Notification (Apr 1984); FAR 52.224-2; Privacy Act (APR 1984); FAR 52.224-3 Privacy Training (Jan 2017); FAR 52.225-5, Trade Agreements (NOV 2023); FAR 52.225-13, Restrictions of Certain Foreign Purchases (FEB 2021); FAR 52.226-8, Encouraging Contractor Policies to Ban text Messaging While Driving (MAY 2024); FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Oct 2018); FAR 52.239-1 Privacy or Security Safeguards (Aug 1996); FAR 52.252-6, Authorized Deviations in Clauses (Nov 2020); HHSAR CLAUSES: HHSAR 352.203-70, Anti-Lobbying (DEC 2015) HHSAR 352.204-71 Information and Information Systems Security (Feb 2024) (DEVIATION); HHSAR 352.204-72, Records Management (Feb 2024) (DEVIATION); HHSAR 352.204-73, Contractor Personnel Security and Agency Access (Feb 2024) (DEVIATION); HHSAR 352.208-70, Printing and Duplication (DEC 2015); HHSAR 352.211-3, Paperwork Reduction Act (DEC 2015); HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (DEC 2015), HHSAR 352.223-70, Safety and Health (DEC 2015); HHSAR 352.224-70, Notification of System of Records Notice (Feb 2024) (DEVIATION); HHSAR 352.224-71, Confidential Information (Feb 2024) (DEVIATION); HHSAR 352.226-1, Indian Preference (Dec 2015); HHSAR 352.226-2, Indian Preference Program (DEC 2015); HHSAR 352.232-71, Electronic submission of payment requests (FEB 2022); HHSAR 352.237-74, Non-Discrimination in Service Delivery (Dec 2015); HHSAR 352.239-71, Security Requirements for Information Technology Resources (FEB 2024); HHSAR 352.239-74, Information System Hosting, Operation, Maintenance, or Use. (FEB 2024); HHSAR 352.239-75, Security Controls Compliance Testing (FEB 2024); HHSAR 352.239-77, Cloud Computing Services (FEB 2024); HHSAR 352.239-79, Information and Communication Technology Accessibility (Feb 2024) (DEVIATION); �� 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/065a755df5b24ba29b7dd0495cb94d0a/view)
 
Place of Performance
Address: Clinton, OK 73601, USA
Zip Code: 73601
Country: USA
 
Record
SN07093112-F 20240613/240611230126 (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.