Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2020 SAM #6744
SOLICITATION NOTICE

65 -- IHS, Phoenix, Ventilator Auto BiPAP Airway Management System, Brand Name or Equal: Philips Respironics BiPAP V30 Auto

Notice Date
5/15/2020 1:39:03 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
PHOENIX AREA INDIAN HEALTH SVC PHOENIX AZ 85004 USA
 
ZIP Code
85004
 
Solicitation Number
RFQ-20-PHX-023
 
Response Due
5/20/2020 4:00:00 PM
 
Archive Date
06/04/2020
 
Point of Contact
Donovan Conley, Phone: 6023645174, Fax: 6023645030, Bradley Platero, Contract Specialist, Phone: 6023645092, Fax: 6023645030
 
E-Mail Address
Donovan.Conley@ihs.gov, Bradley.Platero@ihs.gov
(Donovan.Conley@ihs.gov, Bradley.Platero@ihs.gov)
 
Small Business Set-Aside
HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
 
Description
Ventilator Auto BiPAP Airway Management System Indian Health Service (IHS), Phoenix Area Office (PAO), Division of Acquisition Management (DAM) Place of Performance: Phoenix Indian Medical Center (PIMC), Phoenix, AZ (i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 and FAR 13.1 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. The Government intends to award up to two Firm-Fixed Price award resulting from this combined synopsis/solicitation, to the responsible offeror whose offer is conforming to the �Brand Name or Equal� synopsis/solicitation where best value is expected when utilizing Lowest Price Technically Acceptable (LPTA) procedures. (ii) Solicitation number is #RFQ-20-PHX-023 and is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06, Effective 05-06-2020. (iv) This requirement is set-aside to HUBZone Program and the associated NAICS Code is 334510 with size standard of 1,250 employees.� Non-HUBZone offers will not be considered for the award. (v) The Contract Line Items (CLINs) are listed on Price Schedule.� Offers shall enter all prices for all the CLINS on the Price Schedule.� Not providing prices for all CLINS items shall make your offer non-responsive to the solicitation. Dental Instrument Tray Cassette MFG: Philips, Brand: Respironics See Attachment 1 RFQ-20-PHX-023 for Price Schedule and Attachment 3 Salient Characteristics.� (vi) The Indian Health Service (IHS), Phoenix Area Office (PAO), Division of Acquisition Management (DAM) intends to procure for Ventilator Auto BiPAP Airway Management System supplies.� Supplies are to be delivered to the PIMC, Respiratory Department in accordance with contract, clauses, and contract administrative data. (vii) Delivery and acceptance terms for this contract award is FOB Destination. Delivery Addresses:� Phoenix Indian Medical Center, 4212 North 16th Street, Bldg-9, Attention: Respiratory Department, Karen Chief-Onesalt, Phoenix, AZ 86016.��� (viii) Addendum to FAR 52.212-1, Instructions to Offerors � Commercial Items (Oct 2018). Evaluation of Offers. a. This acquisition will utilize Lowest Price Technically Acceptable (LPTA) source selection procedures. This is a competitive LPTA best value source selection in which technically acceptable is considered the most important factor. �By submission of its offer, the Offeror accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. �Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. In order for an Offeror to be considered for award, the proposal must receive an �Acceptable� rating in every non-price factor.� Any proposal receiving a rating of �Unacceptable� in any non-price factor will not be further evaluated. b. For the purpose of award, the government shall evaluate offers based on the evaluation factors described below: FACTOR 1 � Technical (Acceptable/Unacceptable) �� � Meet the salient characteristics for CLIN-1. �� Offeror shall provide brief description of alike salient characteristics of the items stated in the Schedule, to include technical specification and product literature documentation to support products being offered as equal items. The Government will evaluate the contractor�s technical documents/attachments to ensure that it reflect sound understanding of Factor 1 � Technical. Ratings: Acceptable � Proposal clearly meets the minimum requirements of the solicitation. Unacceptable � Proposal does not clearly meet the minimum requirements of the solicitation. FACTOR 2 � Price The Government will evaluate the quote to determine the price fair and reasonableness in accordance with FAR 13.106-3(a).� Offer must be good for 60 calendar days after submission. FOB Destination CONUS (Continental U.S.).� Shipping charges shall be included in the purchase cost of the product.� Sellers shall deliver the products on their own conveyance to the location listed on the award. a) Quotations Preparations Instructions: A completed quotation consist of four parts. Technical: Provide brief description of alike salient characteristics of the items stated above, to include technical documentation to support products being offered as equal items.� b) Price Schedule: Provide product information and price(s) for all Line Item numbers. �Include manufacturer name and model number, description of supply, unit of issue, unit price, extended total amount and grand total.� Not providing prices for all line items shall make your offer non-responsive to the solicitation. c) In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at https://www.sam.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in SAM at https://www.sam.gov/ prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation [Note: Lack of registration in the System for Award Management will make an offeror ineligible for award.].� d) Offeror shall provide the following information: DUNS #:_________________����� TIN #:___________________ Contractor Address: ________________________________________________________ ������������������ _________________________________________________________ (ix) Addendum to FAR 52.212-2, Evaluation � Commercial Item (Oct 2014). a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation as follows: Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. (Lowest Price Technically Acceptable, FAR 15.101-2)� The following factors shall be used to evaluate offers: Factor 1 - Technical; Factor 2 � 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. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 2018), with its offer. (xi) FAR 52.212-4 Contract Terms and Conditions � Commercial Items (Oct 2018) applies to this acquisition. Addendum to FAR 52.212-4 (g) Invoices. Invoices:� Invoices shall be submitted in ARREARS: Quarterly������� [�� ] Semi-Annually���������� [�� ] Other [X] After shipment of all CLINS. 2.Government Invoice Address:� All invoices from the contractor shall be submitted electronically. Invoicing/Billing:� Contractor shall establish a recordkeeping system of contractor services provided. Contractor may only bill for purchase of equipment provided to the IHS.� At the end of all item shipped, the contractor will submit an invoice for payment. Invoice Requirements and Supporting Documentation:� Supporting documentation and invoices must be submitted after product has been shipped out.� Changes or corrections shall be submitted by separate invoice. In addition to information required for submission of a �proper� invoice in accordance with FAR 52.212-4 (g) all invoices must include: Name and address of Contractor Invoice Date Contract Number Date of Supply Order CLIN-Number: Provide Part Number, Description, Unit of Issue, Unit Price, and Total Price FOB Destination, Shipping Cost Included in Price of Product Grand Total Price Electronic Invoicing:� All invoices are to be submitted by email to PHX_PIMCAPInvoice@ihs.gov. �������� � Phoenix Indian Medical Center ������������������������� 4212 North 16th Street ������������������������� Attention: Finance Management Branch ������������������������� Phoenix, AZ 85016 The contractor shall accept payment for lease or purchase and services rendered under this contract as payment in full.� The Contractor shall not bill, charge, collect a deposit from, seek compensation, remuneration, or reimbursement from, or have any recourse against, any person or entity other than the IHS for lease or purchase and services provided pursuant to this contract.� It shall be considered fraudulent for the Contractor to bill other third parties for services rendered under this contract.� This provision shall survive the termination or ending of the contract.� ����� (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Jan 2019), see attachment Clauses and Administrative Data. (xiii) Additional solicitation provisions used for Acquisition of Commercial Items and attachments used for this Combined Synopsis-Solicitation.� � Provisions: FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.216-1 Type of Contract (Apr 1984), The Government contemplates award of a Firm-Fixed Price award resulting from this solicitation. Attachments: RFQ-20-PHX-023 Clause and Administration Data Salient Characteristics 2020 AZ Tax Exemption Letter� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� (xiv) n/a�������������������������������� ���������������������������������������������������������������������������������������������������������������������������� (xv) Proposals are due by 4:00 PM MST on May 20, 2020. Email the proposal to Donovan.Conley@ihs.gov.� Questions are due before May 20, 2020 at 12:00 PM MST.� Offeror must confirm IHS receipt of their proposal.�� �(xvi) Contract Administrator is Donovan Conley, Contracting Specialist, Donvan.Conley@ihs.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5e956f302eac42eea851bce527bef1fa/view)
 
Place of Performance
Address: Phoenix, AZ 85016, USA
Zip Code: 85016
Country: USA
 
Record
SN05659553-F 20200517/200516071019 (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.