Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2019 FBO #6302
SOLICITATION NOTICE

65 -- Medical/Lab Supplies

Notice Date
2/22/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Federal Building, 115 4th Avenue SE Aberdeen SD 57401
 
ZIP Code
57401
 
Solicitation Number
CRHC-19-12
 
Response Due
3/5/2019
 
Point of Contact
Stephanie Charger, Purchasing Agent, Phone 605-964-0507, Fax 605-964-7737, - DanielleChasing Hawk, Contract Specialist, Phone 605-964-0605, Fax 605-964-7737
 
E-Mail Address
stephanie.redelk@ihs.gov, danielle.chasinghawk@ihs.gov
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations(FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This Request for Quotation (RFQ) is being issued via solicitation number CRHC-19-12. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101 (iv) This RFQ is issued as a Small Business, Buy Indian (25USC) set-aside and the associated NAICS code is 423450, with a Small Business Size Standard of 200 employees. (v) List of contract line item numbers, quantities and units of measure: See attachment for the various type of medical and Lab supplies required. The unit price must be an all inclusive (to include but not limited to travel, lodging, per diem, benefits, fuel,(i) etc..) plus all other costs pertinent to the performance of this contract. (vi) Description of Services: Firm Fixed Price, Blanket Purchase Agreement (BPA) for Medical and lab Supplies, for the Indian Health Service/Cheyenne River Health Center located in Eagle Butte, South Dakota. Delivery and acceptance terms for this order are FOB Destination. Delivery address is: Cheyenne River Health Center, 24276 166th Street, Airport Road, Eagle Butte, South Dakota 57625. Delivery terms is 5 days after placement of order, unless otherwise agreed. (vii) The period of performance will be 1 base year, plus 4 additional/option years, with the start date of 5 days ARO. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Oct 2018), applies to this acquisition. Quotes shall be submitted on company letterhead stationary, signed and dated; it shall include; 1. Solicitation number; 2. Closing Date: February 6, 2018 at 1:00pm MST; 3. Name, address, telephone number of the offeror and email address of the contact person; 4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. 5. Terms of any express warranty; 6. Price and any discount terms: 7. "Remit to" address, if different than mailing address; 8. A completed copy of the representations and certifications at FAR 52.212-3 9. Acknowledgement of Solicitation Amendments; 10. Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references; 11. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (ix) 52.212-2, 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. Award shall be made to the Lowest Price, Technically Acceptable offer. The following factors shall be used to evaluate offers: Ability to meet or exceed the specifications Price Evaluation (3-5% variance) Past Performance (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. (End of Provision) (x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2017), with its offer. The offeror shall complete only paragraphs (b) of the provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jan 2019), and the additional FAR clauses cited in the clause are applicable to the acquisition. -(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (July 2018)(Section 1634 of Pub.L.115-91). (3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). -(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _x_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). _x_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). _x_ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). _x_ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). _x_ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). _x_ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). _x_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _x_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). _x_ (33) (i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). _x_ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). _x_ (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _x_ (55) 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) (31 U.S.C. 3332). (xiii) The following additional contract requirement(s) and terms and conditions are determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. a) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) & 52.252-2 - Clauses Incorporated by Reference (Feb 1998) applies to the RFQ. This solicitation incorporates solicitation provisions and 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. 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: www.acquisition.gov/far/. b) The following HHSAR clauses are incorporated into this RFQ: 1. HHSAR 352.215-70 Late Proposals nd Revisions Dec 2015 2. HHSAR 352.224-70 Privacy Act December 2015 3. HHSAR 352.224-71 Confidential Information Dec 2015 4. HHSAR 352.226-1 Indian Preference December 2015 5. HHSAR 352.226-2 Indian Preference Prog Dec 2015 6. HHSAR 352.237-71 Crime Control Act-Reporting of Child Abuse December 2015 7. HHSAR 352.237-72 Crime Control Act-Requirement For Background Checks December 2015 8. HHSAR 352.237-73 Indian Child Protection and Family Violence Act December 2015 (xiv) N/A (xv) Quotes are due by 1:00 PM MST on March 5, 2019. Email proposal stephanie.redelk@ihs.gov. Offeror must confirm the receipt of the proposal by IHS. (xvi) Point Of Contacts: Stephanie Charger, Purchasing Agent, Stephanie.RedElk@ihs.gov, 605-964-0507, or Danielle Chasing Hawk, Contracting Officer, Danielle.ChasingHawk@ihs.gov, 605-964-0605. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/CRHC-19-12/listing.html)
 
Place of Performance
Address: 24276 166th Street, Airport Rd Eagle Butte, SD
Zip Code: 57625
Country: US
 
Record
SN05230881-F 20190224/190225091101 (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.