SOLICITATION NOTICE
D -- Upgrade VMWare Servers at Northern Navajo Medical Center
- Notice Date
- 5/20/2020 8:34:54 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- NAVAJO AREA INDIAN HEALTH SVC WINDOW ROCK AZ 86515 USA
- ZIP Code
- 86515
- Solicitation Number
- IHS1392516
- Response Due
- 6/10/2020 4:00:00 PM
- Archive Date
- 06/11/2020
- Point of Contact
- Tanya Begay, Phone: 9286747635, TILDA NEZ, Phone: 9286747474
- E-Mail Address
-
tanya.begay2@ihs.gov, tilda.nez@ihs.gov
(tanya.begay2@ihs.gov, tilda.nez@ihs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items 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.� This is a 100% Total Small Business set-aside. BACKGROUND The Navajo Area Indian Health Service, Northern Navajo Medical Center (NNMC) is requesting for proposals for a contractor to deliver and install VMWare servers to ugrade of their current VMWare Servers.� The new upgraded system must be compatibility with existing system.� Refer to attached Scope of Work and Specifications for more detail.� Per FAR 6.302-1(c)(2) NNMC has identified a specific brand name, but will accept brand-name or equal descriptions. EVALUATION CRITERIA This procurement is being conducted under FAR Part 13 � Simplified Acquisition Procedures. The Government reserves the right to issue a firm-fixed price single award or multiple awards to the contractor(s) whose quote represents the Best Value as defined by FAR 2.101. In determining Best Value, the following Evaluation Factors will be considered: Past Performance, Experience, Technical Capability, Compatibility with Existing System, Specifications, and Warranty.� The Evaluation Factors and significant sub factors when combined are significantly more important than cost or price. The socio-economic status of an offeror may also be considered, should one or more quotes represent the best value.� SUBMITTAL PROCESS Email your offer to the Contracting Officer for this action is: Tanya Begay, Supervisory Contract Specialist, 928-674-7635, tanya.begay2@ihs.gov.� Questions may be submitted in writing via email 7 days prior to RFQ Closing Date.� To be eligible for award offeror must be registered with the System for Award Management (SAM) (https://www.sam.gov) at the time of award.� To be considered for award, your offer shall include the following documents/information: Complete and sign the attached Pricing Schedule.� The Government will consider competitive rates upon negotiation. Provide Quotation. Past Performance: Provide minimum of three (3) references from previous or current similar Federal Government contracts of comparable scope and complexity performed within the past three (3) years, including name of organization, contract point, telephone number, and e-mail address. Experience: Provide a list of at least (3) past projects of similar scope; include detailed project description, location, dollar amount, and period of performance. Technical Capability: Demonstrate a firm understanding of the requirements and goals set forth in the Statement of Work (SOW) and Specifications.� The offeror shall illustrate evidence of sufficient planning to show that work will be accomplished as required and on schedule, utilizing all available resources. Compatibility with existing systems:� Provide evidence that proposed supplies/services are 100% compatible to existing system.� Specifications: Provide your product Specifications.� Provide evidence that your offered product meets the attached Specifications. Warranty: Provide your Warranty terms. CLAUSES Department of Health and Human Services Applicable Clauses: 352.202-1 ������� Definitions. (JAN 2006) 352.224-70������� Privacy Act (DEC 2015) 352.226-1��������� Indian Preference (DEC 2015) 352.226-2��������� Indian Preference Program (DEC 2015) 352.237-70 Pro-Children Act. (JAN 2006) Public Law 103-227, Title X, Part C, also known as the Pro-Children Act of 1994 (Act), 20 U.S.C. 7183, imposes restrictions on smoking in facilities where certain federally funded children's services are provided. The Act prohibits smoking within any indoor facility (or portion thereof), whether owned, leased, or contracted for, that is used for the routine or regular provision of (i) kindergarten, elementary, or secondary education or library services or (ii) health or day care services that are provided to children under the age of 18. The statutory prohibition also applies to indoor facilities that are constructed, operated, or maintained with Federal funds. By acceptance of this contract or order, the Contractor agrees to comply with the requirements of the Act. The Act also applies to all subcontracts awarded under this contract for the specified children's services. Accordingly, the Contractor shall ensure that each of its employees, and any subcontractor staff, is made aware of, understand, and comply with the provisions of the Act. Failure to comply with the Act may result in the imposition of a civil monetary penalty in an amount not to exceed $1,000 for each violation and/or the imposition of an administrative compliance order on the responsible entity. Each day a violation continues constitutes a separate violation.� (End of clause) Health Insurance Portability and Accountability Act (HIPAA) The Indian Health Service (IHS) is required to comply with HIPAA in the provision of health care to IHS patients.� HIPAA was implemented by the U.S. Department of Health and Human Services, Office of Civil Rights, under the Code of Federal Regulations, Part 160 and 164.� Accordingly, all health care providers, including contracted health care providers are required to comply with HIPAA requirements (Full text will be furnished upon request). THE FOLLOWING FEDERAL ACQUISITION CLAUSES WILL APPLY TO ANY RESULTANT CONTRACT The full text of a clause may be accessed electronically at http://www.acquisition.gov 52.204-7 System Award Management (Oct 2018) 52.209-5 Certification Regarding Responsibility Matters (Oct 2015) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony conviction under any Federal Law (Feb 2016) 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2018) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Mar 2020) 52.224-1 Privacy Act Notification (Apr 1984) 52.224-2 Privacy Act (Apr 1984) 52.229-3 Federal, State, and Local Taxes (Feb 2013) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) 52.232-40 Providing Accelerated Payments to Small Business Sub-Contractors (Dec 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Aug 1984) ATTACHMENTS Specifications Scope of Work Pricing Schedule
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1d477ad267c24ae1905112016b6fe9e0/view)
- Place of Performance
- Address: Shiprock, NM 87420, USA
- Zip Code: 87420
- Country: USA
- Zip Code: 87420
- Record
- SN05663918-F 20200522/200520230154 (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 |