MODIFICATION
65 -- VITAL SIGNS MONITORS
- Notice Date
- 2/4/2025 4:02:39 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- INDIAN HEALTH SERVICE PORTLAND OR 97209 USA
- ZIP Code
- 97209
- Solicitation Number
- 75H71325Q00017
- Response Due
- 2/18/2025 5:00:00 PM
- Archive Date
- 03/05/2025
- Point of Contact
- Jacob Blalock, Phone: 5033047661, Fax: 5033047677
- E-Mail Address
-
jacob.blalock@ihs.gov
(jacob.blalock@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
- This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation no. 75H71325Q00017 has been issued as a Request for Quotation (RFQ) for a firm fixed price commercial contract for supplies for twenty (20) Vital Signs Monitors, fourteen (14) wall mounts, and six (6) wheeled stands (see ATTACHMENT 3 � SPECIFICATIONS SHEET). The required delivery date is 30 days after receipt of order. The delivery location and place of acceptance is 3750 Chemawa Road NE, Salem, Oregon 97305, F.O.B. Destination. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-07 dated August 29, 2024. The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation � Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: price and past performance. Offerors are advised to submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications � Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items, applies to this acquisition and these 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: http://www.acquisition.gov. 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) 52.204-13, System for Award Management Maintenance (Oct 2018) 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Nov 2023) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sept 2016) 52.222-35, Equal Opportunity for Veterans (Jun 2020) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) 52.222-37, Employment Reports on Veterans (Jun 2020) 52.222-50, Combating Trafficking in Persons (Nov 2021) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 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 address: http://www.acquisition.gov. 52.204-7, System for Award Management (Oct 2018) 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) DEPARTMENT OF HEALTH AND HUMAN SERVICES ACQUISITION REGULATION (HHSAR) (48 CFR CHAPTER 3) -- Clauses Incorporated by Reference: 352.239-73, Electronic and Information Technology Accessibility Notice (Dec 2015) 352.239-74, Electronic and Information Technology Accessibility (Dec 2015) This requirement is set-aside for an INDIAN SMALL BUSINESS ECONOMIC ENTERPRISE. The NAICS code is 339112 and the small business size standard is 1,000 employees. ATTACHMENTS: ATTACHMENT 1 � PRICING SCHEDULE ATTACHMENT 2 � IEE REPRESENTATION FORM ATTACHMENT 3 � SPECIFICATIONS SHEET QUOTATION INSTRUCTIONS: The Government intends to award a contract to the responsible vendor who quotes the lowest price for the specified supplies. Evaluations will be based solely on the materials included in the Quote. Therefore, the Respondent's initial Quote should contain the best terms. During the solicitation process, the Government may, solely at its discretion, communicate with a Quoter for clarification purposes. At any time prior to award, including upon receipt of quotes, the Government may exclude a quote from further consideration for any material failure to follow instructions. Respondent shall submit a price quote including a completed copy of ATTACHMENT 1 � PRICING SCHEDULE and ATTACHMENT 2 � IEE REPRESENTATION FORM. Price quotation shall include all necessary supervision, management, labor, transportation, equipment, materials, shipping, any other direct incidentals costs, overhead and profit. The Government reserves the right not to make an award as a result of this solicitation, if in the opinion of the Government, none of the submissions would meet the Government�s requirement at a cost that is considered fair and reasonable and/or economically feasible. 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. Award will be made to the responsible respondent pursuant to FAR subpart 9.1. Quotes are due by February 18, 2025 at 5:00 PM PST by email to jacob.blalock@ihs.gov and PORAOAcquisition@ihs.gov. E-mail subject line shall include the solicitation number �75H71325Q00017 - VENDOR NAME�. For information regarding this solicitation, contact Jacob Blalock by email at jacob.blalock@ihs.gov and copy PORAOAcquisition@ihs.gov. Questions by telephone will not be considered.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/496b3ac664984b88ab0efad456783275/view)
- Place of Performance
- Address: Salem, OR 97305, USA
- Zip Code: 97305
- Country: USA
- Zip Code: 97305
- Record
- SN07331643-F 20250206/250204230028 (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 |