Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 20, 2016 FBO #5445
SOLICITATION NOTICE

J -- Indian Health Service (IHS) Optometry Equipment Preventive Maintenance - Solicitation Attachments

Notice Date
10/18/2016
 
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, Phoenix Area Office, 40 N Central Avenue, Phoenix, Arizona, 85004-4424
 
ZIP Code
85004-4424
 
Solicitation Number
IHS1303041
 
Archive Date
11/8/2016
 
Point of Contact
Joel Fada, Phone: 6023645015
 
E-Mail Address
joel.fada@IHS.gov
(joel.fada@IHS.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1- SOW Copy of Solicitation Indian Health Service (IHS) Optometry Equipment Preventive Maintenance This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpar 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation # IHS1303041 and this notice is issued as a Request for Quotation (RFQ). This is a combined synopsis/solicitation for commercial service. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-88. This requirement is a 100% small business set-aside under North American Industrial Classification Standard (NAICS) code: 811219 Small Business Size Standard: $20.5 million. Interested parties must quote on all line items. Partial quotes will not be accepted. Only one (1) firm fixed price contract award will be made as result of this combined synopsis/solicitation. This resulting award will have a 1 year base period of performance with three one year option periods. STATEMENT OF WORK Contractor shall perform preventive maintenance services on the equipment at the facilities noted in attachment 1. Contract rates shall include one year warranty on all maintenance and all travel costs. Service schedule and any changes there to shall be mutually agreed upon between contractor and point of contacts. The contractor shall notify the point of contacts prior to the startup of services. Services shall be performed during normal working hours with minimal disruption to IHS staff. A report of findings and recommendations on any of the equipment serviced shall be submitted to the point of contacts within five (5) calendar days after services are performed. Contractor shall be responsible for paying his/her own income tax and self-employment tax (self-employment contributions act). The Government does not withhold taxes from the contractor's payment and form 1099 misc, miscellaneous income, should be filed as appropriate. CLIN 0001 Annual Preventive Maintenance for the equipment located at Parker, Peach Springs, Supai, and Chemehuevi clinics. (Base period) CLIN 0002 Annual Preventive Maintenance for the equipment at Parker, Peach Springs, Supai, and Chemehuevi clinics. (Option Period 1) CLIN 0003 Annual Preventive Maintenance for the equipment at Parker, Peach Springs, Supai, and Chemehuevi clinics. (Option Period 2) CLIN 0003 Annual Preventive Maintenance for the equipment at Parker, Peach Springs, Supai, and Chemehuevi clinics. (Option Period 3) CLAUSES INCORPORATED BY REFERENCE: The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. 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/far/ (FAR) and (HISR); 52.212-1 Instructions to Offerors - Commercial Items (OCT 2015) 52.212-2 Evaluation -- Commercial Items. 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, price and other factors considered. The evaluation and award procedures in FAR 13.106 apply. Award will be based on Lowest Price Technically Acceptable. 52.212-3 Offeror Representations and Certification - Commercial Items (MAR 2016); 52.212-4 Contract Terms and Conditions Commercial Items (MAY 2015); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAR 2016); 52.217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.222-3 Convict Labor (JUN 2003); 52.222-21 Prohibition of Segregated Facilities (APR 2015); 52.222-26 Equal Opportunity (APR 2015); 52.222-36 Equal Opportunity For Workers With Disabilities (JUL 2014); 52.222-41 Service Contract Labor Standards (MAY 2014); 52.225-1 Buy American Act - Supplies (FEB 2009); 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (JUL 2013) (31 U.S.C. 3332); 52.232-34 Payment by Electronic Funds Transfer - Other than System for Award Management (MAY 1999); 52.233-2 Service of Protest (SEP 2006) 52.252-1 Solicitation Provisions Incorporated by Reference 52.204-7 System for Award Management (JUL 2013); 13.5 ADDENDUM - ADDENDUM to FAR 52.212-5 Instructions to Offerors - Commercial Items Sub-Part 13.5 Simplified Procedures for Certain Commercial Items All quotes must be submitted to Joel Fada by email: Joel.fada @ihs.gov no later than 12:00pm PST on 10/24/2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-PHOENIX/IHS1303041/listing.html)
 
Record
SN04306460-W 20161020/161018233914-e834f47cb6d3db4369671ab499c1675d (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.