SOLICITATION NOTICE
65 -- Five Year BPA for Dental Supplies, IHS, Phoenix Area Dental Clinics, Set-Aside Indian Small Business Economic Enterprises
- Notice Date
- 1/27/2025 8:30:47 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339114
— Dental Equipment and Supplies Manufacturing
- Contracting Office
- PHOENIX AREA INDIAN HEALTH SVC PHOENIX AZ 85004 USA
- ZIP Code
- 85004
- Solicitation Number
- RFQ-25-PHX-015
- Response Due
- 2/14/2025 3:00:00 PM
- Archive Date
- 03/15/2025
- Point of Contact
- Donovan Conley, Phone: 6023645174, Fax: 6023645030, Jeremy Steel, Phone: 6023645264, Fax: 6023645030
- E-Mail Address
-
Donovan.Conley@ihs.gov, jeremy.steel@ihs.gov
(Donovan.Conley@ihs.gov, jeremy.steel@ihs.gov)
- Small Business Set-Aside
- ISBEE Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)
- Description
- Five-Year Blanket Purchase Agreement (BPA) for Dental Supplies Indian Health Service (IHS), Phoenix Area Office (PAO), Division of Acquisition Management (DAM) Place of Performance: Nine Service Unit Locations (i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR Subpart 12.6 and FAR 13.303 BPAs as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. The Government will award one Firm-Fixed Price BPA contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer is conforming to the Dental and Pharmaceutical Supplies. Lowest price technically acceptable (LPTA) source selection will be used where best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. (ii) Solicitation number is #RFQ-25-PHX-015 and is issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03, Effective 01/17/2025. (iv) This requirement is Set-Aside to Indian Small Business Economic Enterprises or Native-Owned Small Business under NAICS Code 339114 and size standards is 1,000 employees. (v) The Contract Line Items (CLINs) are listed on the Price Schedule. Offers shall enter all prices for all the CLINS on the Price Schedule for the Base Year, Option Year 1, Option Year 2, Option Year 3 and Option Year 4, see bottom TABS on Price Schedule. Not providing prices for all CLINS items shall make your offer non-responsive to the solicitation. See Attachment A - Price Schedule. Offeror can provide listing of items on a separate quote or items on Attachment - A Price Schedule. Unit Prices should include shipping charges and shipping is FOB Destination. (vi) The Indian Health Service (IHS), Phoenix Area Office (PAO), Division of Acquisition Management (DAM) intends to procure for Dental and Pharmaceutical Supplies. Approved Dental Categories: 1. Alloys, 2. Dental Anesthetic Products, 3. Cements, Liners and Bases, 4. Restorative Materials, 5. Restorative Materials, 6. Crown and Bridge Products, 7. Disposable Exam Room Products, 8. Endodontic Products, 9. Evacuation Products, 10. Dental Hand Instruments (Non-Mechanical), 11. Impression Materials and Access, 12. Infection Control Products, 13. Infectious Waste Management, 14. Dental Miscellaneous Products, 15. Patient Room and Reusable Exam Products, 16. Pins and Posts, 17. Preventative Products, 18. Rotary Burs and Kits, 19. Surgery Products, 20. X-Ray Products, 21. Laboratory, 22. Pharmaceuticals Over the Counter, 23. Dental Health Care Products, 24. IV and Irrigation Products, 25. Medical Surgical Instruments (Non-Mechanical), 26. Gloves, 27. Operating Finishing and Polishing, 28. Tooth Whitening, 29. Orthodontic Products, 30. Cad/Cam Consumable Products, 31. Periodontal and Bone Management, 32. Articulating, 33. Matrix Materials, 34. Retraction Material, 35. Rubber Dam Materials, 36. Wound Care, 37. Wound Closure, 38. Hypodermic Supplies, 39. Laboratory Supplies, 40. Practice Marketing and 41. Dental Office Supplies. Unapproved Dental Categories: 1. Handpieces (Mechanical), Parts and Repairs, 2. Large Equipment Accessories/Parts and Repairs, 3. Dental Small Equipment (Mechanical), Parts, Preventative Maintenance and Repairs, 4. Medical Diagnostics and Emergency, 5. Dental Lighting and Accessories, 6. Dental Equipment Parts or Accessories and Repairs, 7. Labor Charges Equipment Services, 8. Equipment and Technology, and 8. Registration for On-Line Courses (vii) Delivery location and acceptance terms for this contract award is FOB Destination. Delivery Locations: 1. Phoenix Indian Medical Center, 4212 North 16th Street, Phoenix, AZ 85016; 2. Colorado River Service Unit, 12033 Agency Road, Parker, AZ 85344; 3. Peach Springs Health Center, 943 Hualapai Way, Peach Springs, AZ 86434; 4. Hopi Health Care Center, Highway 264 Mile Marker 388, Polacca, AZ 86042; 5. Fort Yuma Service Unit, 401 East Picacho Road, Winterhaven, CA 92283; 6. Southern Bands Health Center, 515 Shoshone Circle, Elko, NV 89801; 7. Whiteriver Service Unit, 400 West Apache Drive, Whiteriver, AZ 85941; 8. Cibecue Health Clinic, 2nd West 3rd Street, Cibecue, AZ 85911; and 9. Fort Duchesne Health Center, 6822 East 1000 South, Fort Duchesne, UT 84026 (viii) Addendum to FAR 52.212-1, Instructions to Offerors � Commercial Items (Oct 2018). Submissions of Offers 1. Offers, shall include all required documents and must be submitted to the Contact Specialist Donovan Conley at email address Donovan Conley@ihs.gov. Documents must be properly executed and submitted no later than the offer due date of February 14, 2025 at 4:00 PM MST (AZ Time). No questions will be accepted after February 14, 2025 at 12:00 PM MST (AZ Time). Only electronic offers will be accepted and must be emailed to Donovan.Conley@ihs.gov. Any submission of offers after the closing date of the February 24, 2025 at 4:01 PM MST (AZ Time) will not be accepted for consideration. 2. Exceptions to Terms and Conditions: Offerors must clearly identify any exception to solicitation terms and conditions and provide accompanying rationale. 3. Registration in System for Award Management (SAM): In order to be eligible for contract award offerors must be registered in SAM at https://www.sam.gov. 4. Offeror shall provide the following information: UEI SAM Number and TIN Number on Attachment C � Clauses and Administration Data. 5. Basis of Award: This acquisition will utilize Lowest Price Technically Acceptable (LPTA) source selection procedures were best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. 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 of 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: Offeror shall provide the following Sub-Factor information. Sub-Factor A: Offeror shall provide current Distribution Letter for dental supplies and provide distributor�s name, work phone number and email address. Sub-Factor B: Offeror shall provide On-Line Web-Site Ordering System from their distributor to include process for account set-up, ordering process, and return policies. Sub-Factor C: Offeror shall provide Number of Day of Delivery for Nine Locations with tracking information from paragraph vii. Factor 2 � Past Performance: Offerors are required to furnish one to three current, or recently completed Federal, State, local government, or private contracts under which you have provided the same or similar or relevant supplies or services required in this solicitation within the last five (5) years. Provide contact name, period of performance dates, and point of contact, telephone number, and email address. Past performance will be reviewed to assure that the offeror has relevant and successful performance history. Contractor shall notify all references that have been provided to the IHS for their solicitation. Past Performance reference format: Contract Number: ___________________________________ Contractor Name:___________________________________ Contractor Address:__________________________________ Contact Name:_____________________________________ Contact Telephone No:_______________________________ Contact Email:_____________________________________ Supplies Provided:___________________________________ Period of Performance Dates:___________________________ Contract Amount Including Options: $____________________ Contractor EIN Number: ______________________________ The Government may rely on internal documentation including the Federal Awardee Performance and Integrity Information System (FAPIIS) Past Performance Information Retrieval System (PPIRS) and contracting officer's knowledge of and previous experience with supply or service being acquired for determining Past Performance, if no record of past performance is found in FAPIIS or PPIRS, the contractor shall not receive a favorable or unfavorable rating, but shall receive a rating of neutral. Factor 3 � Price: Offeror shall provide prices using Attachment A � Price Schedule or provide quotation with the items listed from the Price Schedule. Offers shall enter all prices for all the CLINS on the Price Schedule for the Base Year, Option Year 1, Option Year 2, Option Year 3 and Option Year 4, see bottom TABS on Price Schedule. Not providing prices for all CLINS items shall make your offer non-responsive to the solicitation. The Government will evaluate the quote to determine the price fair and reasonableness in accordance with FAR 13.106-3(a). Offer must be good for 120 calendar days after submission. FOB Destination CONUS (Continental U.S.). Shipping charges shall be included in the purchase cost of the product. Sellers shall deliver the products on their own conveyance to the location listed on the award. (ix) Addendum to FAR 52.212-2, Evaluation � Commercial Item (Oct 2014). a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation as follows: Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. (Lowest Price Technically Acceptable, FAR 15.101-2) The following factors shall be used to evaluate offers: Factor 1 � Technical (Acceptable/Unacceptable) Sub-Factor A: Provide Distribution Letter Sub-Factor B: Provide On-Line Web-Site Ordering System Sub-Factor C: Provide Number of Day of Delivery for Nine Locations from Paragraph (vii) Factor 2 � Past Performance (Acceptable/Unacceptable) Factor 3 � Price (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. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 2024), with its offer. (xi) FAR 52.212-4 Contract Terms and Conditions � Commercial Items (Nov 2023) applies to this acquisition. Addendum to FAR 52.212-4 (g) Invoices. 1. Invoices: Invoices shall be submitted in ARREARS: a. Quarterly [ ] b. Semi-Annually [ ] c. Other [X] After shipment of all items. 2. Invoice Instructions: Invoicing will be completed electronically at www.ipp.gov or any successor site. Note: The IPP Helpdesk is itservicedesk@fiscal.treasury.gov HHSAR Clause 352.232-71 Electronic Submission of Invoice 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. (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 CLAUSE) Technical Point of Contact (TPOC): Nadine Brown, Nadine.Brown@ihs.gov Contract Specialist: Donovan Conley, Donovan.Conley@ihs.gov (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Jun 2023), see attachment Clauses and Administrative Data. (xiii) Additional solicitation provisions used for Acquisition of Commercial Items and attachments used for this Combined Synopsis-Solicitation. 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 Register in Invoice Processing Platform (IPP): 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. Provisions: FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.216-1 Type of Contract (Apr 1984), The Government contemplates award of a Firm-Fixed Price award resulting from this solicitation. Attachments: 1. Combined Synopsis-Solicitation RFQ-25-PHX-015, 6-pages 2. A � Price Schedule, 1-page 3. B � Scope of Work, 3-pages 4. C � BPA Terms and Conditions, 8-pages 5. D � Clauses and Administration Data, 8-pages 6. E � Ordering Officials and Site Locations, 2-pages 7. F � 2025 AZ Tax Exemption Letter, 3-pages (xiv) n/a (xv) RFQs are due by February 14, 2025 at 4:00 PM MST. Email the offers to Donovan.Conley@ihs.gov. Questions are due before February 14, 2025 at 12:00 PM MST. Offeror must confirm IHS receipt of their proposal. You are reminded that representatives from your company SHALL NOT contact any IHS Phoenix Area employees to discuss this RFQ during this solicitation process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer or Contract Administrator. (xvi) Contract Administrator: Donovan Conley, Contracting Specialist, Donvan.Conley@ihs.gov Contracting Officer: Jeremy Steel, Jeremy.Steel@ihs.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ec3a3206832b4f64adc40be3cb23c854/view)
- Place of Performance
- Address: Phoenix, AZ 85004, USA
- Zip Code: 85004
- Country: USA
- Zip Code: 85004
- Record
- SN07324311-F 20250129/250127230110 (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 |