SOLICITATION NOTICE
N -- X-Ray System - RFQ
- Notice Date
- 3/2/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- #621512
— Diagnostic Imaging Centers
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
- ZIP Code
- 73114
- Solicitation Number
- 246-17-Q-0014
- Point of Contact
- Katrina Eaton, Phone: 4059513704
- E-Mail Address
-
katrina.eaton@ihs.gov
(katrina.eaton@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The attachment contains the RFQ cover page, SOW and FAR Clauses This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in 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. The solicitation is issued as Request for Quotes (RFQ) 246-17-Q-0014. This procurement is 100% small business set-aside under NAICS code 621512 with a standard business size of $15.0M. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86-2, effective February 1, 2016. Contractor shall provide a firm, fixed-price quote to provide and install an X-Ray system. The period of performance for this requirement is 90 days from the Award Date. The closing date for receipt of quotes is March 24, 2017. Offers shall be submitted to the Oklahoma Area Indian Health Service, 701 Market Drive, Oklahoma City, Oklahoma 73114, emailed to Katrina.Eaton@ihs.gov or faxed to 405.951.3771 no later than 5:00 p.m. CST, on March 24, 2017. The offer must be addressed to Katrina Eaton, Contract Specialist, showing the solicitation number, and your name and address. No phone inquiries! CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.aquisition.gov and http://www.hhs.gov The provisions of 52.212-1, Instructions to Offerors-Commercial Items (Jan 2017), applies to this acquisition. In addition to the information required in FAR 52.212-1, Contractors shall provide the following: (1) Firm, fixed-price quote (2) Statement of capability to tie into current PACS system (3) Equipment specifications and (4) registration in the System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/). The provisions of 52.212-2, Evaluation - Commercial Items (Oct 2014) applies to this acquisition. The Government intends to award one from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Price and (2) capability to interface with the current PACS system and 3) Equipment specifications. All factors are equal in importance. The clause at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 2017), applies to this acquisition. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 System for Award Management (Oct 2016), 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011), 52.223-6 Drug-free Workplace (May 2001), 352.224-70 Privacy Act (Dec. 18, 2015), 352.237-71 Crime Control Act of 1990-Reporting of Child Abuse (Dec. 18, 2015) and 352.237-72 Crime Control Act of 1990-Requirement for Background Checks (Dec. 18, 2015). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Feb 2016) applies to this acquisition. The following clauses apply: 52.203-6, Restriction on Subcontractor Sales to the Government (Sept. 2006); 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Sept 2016); 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014); 52.222-50, Combating Trafficking in Persons (Mar 2015); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (July 2013); 352-237.72 Crime Control Act of 1990-Requirement for Background Checks (Dec. 18, 2015). EVALUATION CRITERIA The due date for this requirement is March 24, 2017 5:00 PM CT. THE INDIAN HEALTH SERVICE WILL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO RESPOND TO THE FOLLOWING EVALUATION CRITERIA: A) Firm, Fixed price quote B) Capability to interface with the current PACS system C) Must meet equipment specifications D) Registration in the System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/. Please note that all parties interested in doing business with the Indian Health Services must be registered in the SAM database D) Copy of FAR 52.212-3 Provisions or Certifications in ORCA at https://orca@bpn.gov **Please note that potential awardees will be required to pass a background investigation from the IHS Human Resource Department. This process may take up to two weeks **
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-17-Q-0014/listing.html)
- Place of Performance
- Address: 36640 Hwy 270 & Barking Water Rd, Wewoka, Oklahoma, 74884, United States
- Zip Code: 74884
- Zip Code: 74884
- Record
- SN04420408-W 20170304/170302234949-4dcb37c1ea3041d771a5097607b7b1bb (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 |