Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 18, 2013 FBO #4073
SOLICITATION NOTICE

W -- RFQ-10-13-016-JH - RFQ-10-13-016-JH - 52.212-3 Offeror Representations and Certifications—Commercial Items. - 52.207-5 OPTION TO PURCHASE EQUIPMENT

Notice Date
1/16/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
 
ZIP Code
59107
 
Solicitation Number
RFQ-10-13-016-JH
 
Archive Date
2/16/2013
 
Point of Contact
James Hunter, Phone: 406-247-7064, Kenny J. Nicholson, Phone: 4062477063
 
E-Mail Address
james.hunter@ihs.gov, KENNETH.NICHOLSONJR@IHS.GOV
(james.hunter@ihs.gov, KENNETH.NICHOLSONJR@IHS.GOV)
 
Small Business Set-Aside
N/A
 
Description
52.207-5 OPTION TO PURCHASE EQUIPMENT 52.212-3 Offeror Representations and Certifications—Commercial Items. RFQ-10-13-016-JH SECTION B - CONTINUATION BLOCK PRICE SCHEDULE This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted pursuant to the authority of Far Part 15, Contracting by Negotiation (10 U.S.C. 2304(g) and 2305 and 41 U.S.C.253(g) and 253a and 253b); FAR Part 12 Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)). and FAR 37.101, Non-Personal Services Contract. This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a fixed-price commercial item contract in response to Request for Quotation (RFQ) 10-13-016-JH for One (1) Computerized Digital Konica Minolta IQue SE Ultra CR Imaging System 60 month lease with service agreement for the Northern Cheyenne Service Unit, Lame Deer, Montana. Base year with four 12 months option years. This solicitation is issued on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-62. The associated North American Industry Classification System code is 811219 and the small business size standard is $19.0 million. As provided in FAR 52.212-1, Instruction to Offerors - Commercial Items (JUN 2008), offerors are authorized to submit alternate proposals for satisfying the requirements of this solicitation. PRICE SCHEDULE - LEASE OF A DIGITAL IMAGING SYSTEM BASE YEAR: Lease of a Digital Computerized CR Imagining System 12 MONTHS @$____________per month= $________________________; Maintenance Agreement: 12 MONTHS@ $__________ per month= _____________ (Preventive Maintenance every six Months). Transportation Cost: 12 MONTHS @ _____________ per month= $ _____________ Installation Cost: 1 JOB: @ $__________________ Training Cost: 1 JOB @ $___________________ OPTION YEAR (1) Lease of a Digital Computerized CR Imagining System 12 MONTHS @$____________per month= Maintenance Agreement: 12 MONTHS@ $__________ per month= $____________ (Preventive Maintenance every six Months). OPTION TWO (2) Lease of a Digital Computerized CR Imagining System 12 MONTHS @$____________per month= $________________________; Maintenance Agreement: 12 MONTHS@$ __________ per month= $____________ (Preventive Maintenance every six Months). OPTION THREE (3) Lease of a Digital Computerized CR Imagining System 12 MONTHS @$____________per month= $________________________; Maintenance Agreement: 12 MONTHS@ $__________ per month= $____________ (Preventive Maintenance every six Months). OPTION FOUR (4) Lease of a Digital Computerized CR Imagining System 12 MONTHS @$____________per month= $________________________; Maintenance Agreement: 12 MONTHS@$ __________ per month= $____________ (Preventive Maintenance every six Months). GRAND TOTAL: $___________________________. PURPOSE OF THE CONTRACT: The purpose of the contract is to enter into a 60-month lease with maintenance agreement for one (1) Digital Computerized Radiology System for the Crow Service Unit, PHS Indian Hospital, Crow Agency, Montana. The Indian Health Service requesting quotes that contain the lease amount, preventive maintenance and repair service, transportation, installation and training costs. As provided in "Brand Name or Equal (AUG 1999)", the quote should include a description of the salient physical, functional, or performance characteristics of the proposed Digital Computerized Radiology Imaging System instrument and accessories. The quote should also include information relating to the net purchase price; lease/purchase options; upgrades; applicable Federal, state, or local taxes; environmental and energy efficient products and services; applicable interest rate; detailed delivery time; payment terms; probable life of the Digital Computerized Radiology Imaging System; a detailed maintenance schedule; and whether the equipment is new or refurbished. Equipment must be available for the Digital Computerized Radiology Imaging System during the lease term. Information: Vendor's quote must also include removal and disposal of existing Digital Computerized Radiology Imaging System and trade in value; Unlimited place replacement with drop insurance (no additional fees if plate needs to be replaced); Parts need to include glassware. Services will need to be available 24 hours a day, 7 days a week and must be onsite within 24 hours of notification. If the Government exercises the options pursuant to Federal Acquisition Regulation (FAR) 52.217-9, Option to Extend the Term of the Contract (MAR 2000), in Section I, the period of performance shall be extended in accordance with the following schedule: Year Option Period Option Year One (1) To be completed at time of award Option Year Two (2) To be completed at time of award Option Year Three (3) To be completed at time of award Option Year Four (4) To be completed at time of award DIGITAL COMPUTERIZED RADIOLOGY SYTEM MUST INCLUDE: (1) Regius Model 190 High Capacity, Dual Bay Computed Radiology Reader: 62 Plates per hour (14" x 17); (2) IQue Control system, with Uninterruptible Power Supply (UPS) Minimum; Pentium IV; 2.16 GHz; 1 GB RAM; 15" LCD; 80 GB HD (Holds approximately 5,000 CR Images); (3) Automatic Exam View Recognition Features; Self - Learning Image Processing Features Protocol Name;) Free Text Annotation; Automated & Manual Masking; Image Zoom; Reject Reason Tracking and Data Export; Equalization, Frequency & Gradation Processing, and Hybrid Processing; HIPPA Compliance enabling features (Audit trail, Auto log-out); DICOM Modality Worklist; DICOM Store (One Connection); (4) Five (5) 5907310 IQUE Cassette and Plate 10x12; (5) Five (5) IQUE Cassette and Plate 14x17; (6) Two (2) IQUE Cassette and Plate 8x10; (7) Two (2) IQUE Cassette and Plate 11x14; (8) Two (2) Genesis Single Monitor Viewing Software; (9) One (1) PC Viewing Station. PERIOD OF PERFORMANCE: The performance of this contract shall be for a 12- month period with four 12-month options. CONTRACTING OFFICER'S AUTHORITY; Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the for the Contracting Officer. CONTRACTING OFFICER'S REPRESENTATIVE (COR); The COR shall be responsable for: (1) Coordinating the delivery and the installation of the Digital Computerized Radiology System; (2) Coordinating the onsite training; (3) Monitoring the maintenance services; (4) Conducting technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during perfromance of the contract.Authority to negotiate changes in terms, conditions or amounts cited in this contract is reserved to the Contracting Officer. INVOICE SUBMISSION AND PAYMENT: (1) Contractor's name, address and telephone number; (2) Contract Number; (3) Invoice number and date; (4) Cost or Price; (5) Dates of Service; and (6) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where federally funded children's services are provided. PROVISION AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999): (a) 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. The Indian Health Service will conduct a comparative evaluation of the quotations based on price and the other price related factors. The Indian Health Service shall award a contract to the Contractor that can provide the equipment and services that represents the best value to the Government. The following factors shall be used to evaluate offers: (1) Digital Computerized Radiology Imaging System = 70 POINTS. ( The Contractor must provide literature with the price quote that indentifies the features of the digital x-ray suite as well as the requirements for Installation, Training, Technical Support and Preventative Maintenance and Repair Services). Past Performance =30 POINTS. The offeror must demonstrate its record of successful performance in past contracts, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts. The Contractor must furnish a minimum of 3 references or other evidence that verifies the services required by this contract can be fulfilled without creating undue hardship upon the Company or the Indian Health Service. The offeror must include the following information. (1) Name of Government agency/Company; (2) Contract number, if applicable; (3) Dates of Service; (4) Total contract value; (5) Contracting Officer/Company Manager and telephone number; and (6) Program Manager and telephone number, if applicable. Technical and past performance, when combined, are considered approximately equal. (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. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-9, 52.207-5, 52.211-6, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.225-25, 52.229-3, 52.232-18, 52.237-1, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 352.201-70, 352.202-1, 352.203-70, 352.222-70, 352.223-70, 352.224-70, 352.227-70, 352.231-71, 352.237-70, 352.237-71, 352.237-72, 352.239-73, 352.242-71, 352.242-72, 352.242-73, 352.270-2 and 352.270-3. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.209-6, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-51, 52.222-54, 52.223-18, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at https://www.acquisition.gov/ andhttp://ecfr.gpoaccess.gov/cgi/t/text/textidx?c=ecfr&sid=3524d214210697effd2fd5c77848a806&rgn=div5&view=text&node=48:4.0.1.8.33&idno=48. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall submit a completed copy of FAR 52.212-3 with its offer. Contractors intending to conduct business with the Federal Government must register via the Internet at http://www.sam.gov or by calling (866) 606-8220. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 4:00 p..m.. Mountain Time, on February 1, 2013. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company name and address. Offers will also be accepted by e-mail at james.hunter@ihs.gov or by fax at (406) 247-7108. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 90 days from the date of receipt by the Government
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-10-13-016-JH/listing.html)
 
Place of Performance
Address: Indian Health Service, Northern Cheyenne Service Unit, Cheyenne Avenue, P.O. Box 71, Lame Deer, Montana, 59043-0070, United States
Zip Code: 59043-0070
 
Record
SN02966554-W 20130118/130116234132-31c1f15d0c2cb8970e3d5ef4c42a60ff (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.