Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2019 SAM #6581
SOLICITATION NOTICE

65 -- Santa Fe Service Unit - Orthopedic Supplies

Notice Date
12/4/2019 12:57:23 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
ALBUQUERQUE AREA INDIAN HEALTH SVC ALBUQUERQUE NM 87110 USA
 
ZIP Code
87110
 
Solicitation Number
75H70720Q00009
 
Response Due
12/19/2019 2:30:00 PM
 
Archive Date
01/03/2020
 
Point of Contact
Patricia Trujillo, Phone: 505-256-6754, Fax: 505-256-6848, Judith Mariano, Phone: 505-256-6753, Fax: 505-256-6848
 
E-Mail Address
patricia.trujillo@ihs.gov, judith.mariano@ihs.gov
(patricia.trujillo@ihs.gov, judith.mariano@ihs.gov)
 
Small Business Set-Aside
BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
 
Description
(i) This is a combined synopsis/solicitation for a 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; proposals are being requested and a written solicitation will not be issued.(ii) This Request for Quotation (RFQ) is being issued via solicitation number 75H70720Q00009.(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01.(iv) Pursuant to the authority under FAR 19.5, this requirement is a Small Business Indian Firms set-aside but if it is found there is no Small Business Indian Firms (veteran owned, veteran-owned disabled, woman owned, etc.) then with this same solicitation will consider any Small business once the determination has been made regarding the Small Business Indian Firms set-aside and the associated NAICS code is 339113 with small business standard of 750.(v) The Contract Line Items (CLIN) and pricing structure are as shown below:Various Medical Orthopedic & Surgical Supplies.(vi) Fee Schedule: Brand Name or Equal to Various Medical & Surgical Supplies to be purchased.SEE ATTACHMENT (Fee Schedule for Supplies)(vii) The purpose of this fixed price purchase order is to procure Brand Name or Equal for Various Orthopedic Supplies with the following terms:The Vendor shall provide various Orthopedic Supplies for direct patient care for the Santa Fe Service Unit Inpatient and Outpatient clinics, and their outlying Health Clinics.BACKGROUND:The Santa Fe Service Unit provides medical care to the Native American population. General Services department orders the supplies that require orders by different units of issue - cases, boxes or each. These Orthopedic Supplies shall be available for immediate use to meet daily operational requirements. Various departments have specific orthopedic supply requirements which enable them to request access to established vendors.SCOPE OF WORK:The Santa Fe Service Unit requires a variety of Orthopedic Supplies that are purchased. The exact orthopedic supply items, quantities are not known in advance and may vary considerably for re-stocking. The following Santa Fe Service Unit Departments and health facilities are able to purchase medical supplies on an annual basis. There will be times where an emergency may arise for an as needed basis.TECHNICAL REQUIREMENTS: The contractor shall provide a Customer Services representative assigned to the account to assist in providing information on product description, product ordering and coordinating delivery arrangements. The Contractor shall ensure expiration dates of at least 1 year beyond the time of shipping on all orthopedic supplies. The Contractor shall not make any substitutions without first receiving approval from ordering official. The Contractor shall provide a controlled environment for storage and transport of medical supplies that comply with the U.S. Food and Drug Administration regulations. The Contractor shall be responsible to provide a confirmation number and expected delivery date at the time of order. The Contractor shall provide the ability to return incorrect items within 2 weeks of being notified of the error and credited for those items or a placement within 30 days of items being returned. The Contractor shall properly address the packages noting attention to the specific ordering department labeled on the package and/or packing list. The Contractor shall properly pack medical supplies to ensure safe handling and transport. The Contractor shall provide Santa Fe Service Unit a comprehensive electronic report of product usage to include the date of purchase, cost, delivery location, date/time of delivery and an itemized description of the supplies purchased including the quantity and provide of all items that are easily understandable and formatted.10. The Contractor shall provide a past performance contact information sheet.Emergency Preparedness: The Contractor shall provide the ability to drop-ship during disaster operations with the flexibility to use commercial carriers and/or provide couriers to serve the needs of the Santa Fe Service Unit in a time of a disaster preparedness or response. The Contractor shall ship medical supplies to the Santa Fe Indian Hospital within 24-hours during disaster operations.DELIVERY/SHIPPING REQUIREMENTS: The Contractor shall provide real time tracking information on vehicles carrying ordered medical supplies. Deliveries are received within the General Services Department Monday through Friday, between the hours of 9:00 am and 4:30 pm (Excluding Federal Holidays). Deliveries will be inspected at the time of delivery and Contractor notified immediately of damage. The Contractor will submit the invoices directly to Albuquerque Area Office - Finance Department. Evaluation of Contract will be completed annually by the designated Contract Office Representative.Delivered to the following location: Santa Fe Service Unit 1700 Cerrillos Road Santa Fe, NM 87505 (505) 946-9508If delivery falls on Christmas or New Year’s Day, delivery will occur on the day before or after the holiday.PERIOD OF PERFORNMANCE:The period of performance is a Base Period of (12) months, with four (4) twelve (12) month Option Years, unless the period is extended by modification to this contract. The Government may exercise options to extend the period of performance in accordance with FAR Clause 52.217-9, Option to Extend the Term of the Contract (MAR 2000); upon written notification by the Contracting Officer within 30 days of the contract expiration.The period of performance shall be as follows: Base Year: TBD, 2020 through TBD, 2020 Option Year One: TBD, 2021 through TBD, 2021 Option Year Two: TBD, 2022 through TBD, 2022 Option Year Three: TBD, 2023 through TBD, 2023 Option Year Four: TBD, 2024 through TBD, 2024CONTRACTING OFFICER’S REPRESENTATIVE:The vendor shall verify all deliveries with the COR:Geraldine Nieto, Housekeeping Supervisor 1700 Cerrillos Road Santa Fe, NM 87505 (505) 946-9508 (viii) The delivery and acceptance terms for this order are Destination, 5 days or next scheduled delivery after Receipt of Award.(ix) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Oct 2018), applies to this acquisition. Quotes shall be submitted on company letterhead stationery, signed and dated, it shall include the following:1. Solicitation number.2. Name, address, telephone number of the offeror and email address of the contact person.3. Technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation.4. Completed Pricing Information and discount terms if applicable.5. A completed copy of the representations and certifications at FAR 52.212-3.6. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.(x) The provision at 52.212-2, Evaluation - Commercial Items (October 2014), applies to this solicitation.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, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical Capability (technical requirements) and (ii) Price; All technical factors other than price, when combined, are more important than price.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.(xi) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications—Commercial Items (Oct 2018), with its offer. The offeror shall complete only paragraph (b) of the provision of 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 .(xii) The clause at 52.212-4, Contract Terms and Conditions—Commercial Items (Oct 2018), applies to this acquisition. The following addendum applies: E-Mail Addresses for submission of invoices are alb_aoapinvoices@ihs.gov. Invoice shall be submitted once delivery has been completed.(xiii) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders—Commercial Item (Oct 2019), and the additional FAR clauses cited in the clauses 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) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).(2) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)(Public Laws 108-77 and 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:(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).(2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509))(5) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)).(6) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r))(7) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)).(8) 52.222-3, Convict Labor (June 2003) (E.O. 11755)(9) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Oct 2019) (E.O. 13126)(10) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).(11) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246)(12) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627)(13) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b)(14) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513)(15) 52.225-1, Buy American—Supplies (May 2014) (41 U.S.C. chapter 83).(16) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Oct 2018) (31 U.S.C. 3332)(17) 52.242-5, Payments to Small Business Subcontractors (Jan 2017)(15 U.S.C. 637(d)(12)).(xiv) The following additional contract requirement(s) and terms and conditions are determined by the contracting officer to be necessary for this acquisition 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/.1) 52-209-5, Certification Regarding Responsibility Matters (Oct 2015)(a) (1) The Offeror certifies, to the best of its knowledge and belief, that- (i) The Offeror and/or any of its Principals- (A) Are? are not? presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have? have not?, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks “have”, the offeror shall also see 52.209-7, if included in this solicitation); (C) Are? are not? presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision; (D) Have?, have not?, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,500 for which the liability remains unsatisfied. (1) Federal taxes are considered delinquent if both of the following criteria apply: (i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. § 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. § 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. § 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (ii) The Offeror has Ü has not Ü, within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) “Principal,” for the purposes of this certification, means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section1001, Title18, United States Code. (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror’s responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default.2) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016)(a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is ñ is not ñ a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is ñ is not ñ a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.3) FAR 52.217-8, Option to Extend Services (Nov 1999)4) FAR 52.217-9, Option to Extent the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 (years).b) The following HHSAR clauses are incorporated to this RFQ:1) 352.211-3, Paperwork Reduction Act (DEC 2015)2) 352.226-1, Indian Preference (DEC 2015)3) 352.226-2, Indian Preference Program (DEC 2015)4) 352.227-70, Publications and Publicity (DEC 2015)(xv) N/A(xvi) Proposals are due by 3:30 pm MST on December 19, 2019, send via Postal Service or by e-mail to patricia.trujillo@ihs.gov. Questions are due on December 14, 2019, 2018 by 3:30 pm MST. Offer must confirm the receipt of the proposal by IHS.(xvii) Technical Contact is Geraldine Nieto at geraldine.nieto@ihs.gov. Contact for solicitation is Patricia Trujillo at patricia.trujillo@ihs.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/034c6ab90de94059994f0336c7500508/view)
 
Place of Performance
Address: 70500, NM 87505, USA
Zip Code: 87505
Country: USA
 
Record
SN05509303-F 20191206/191204230259 (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 |
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.