Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOLICITATION NOTICE

J -- Repair/Replace Hand Pieces - AIHD

Notice Date
4/7/2021 9:16:55 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
ALBUQUERQUE AREA INDIAN HEALTH SVC ALBUQUERQUE NM 87110 USA
 
ZIP Code
87110
 
Solicitation Number
75H70721Q00014
 
Response Due
4/15/2021 2:00:00 PM
 
Archive Date
04/30/2021
 
Point of Contact
Stephanie Begay, Phone: 5052566753, Fax: 5052566848, Judith Mariano, Phone: 5052566753, Fax: 5052566848
 
E-Mail Address
Stephanie.begay@ihs.gov, judith.mariano@ihs.gov
(Stephanie.begay@ihs.gov, judith.mariano@ihs.gov)
 
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 75H70721Q00014. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitions Circular 2019-01. (iv) Pursuant to the authority under FAR 19.5, this requirement is a total small business set-aside but if it is found there is no small business (veteran owned, veteran-owned disabled, woman owned, etc.) then with this same solicitation will consider any Large business once the determination has been made regarding the small business set-aside and the associated NAICS code is 339114 with small business standard of $1k. (v) The Contract Line Items (CLIN) and pricing structure are as shown below: CLIN0001:� Brand Name or Equal to the following: Dental Handpiece Repair and Replacement Services ����� Unit Price $_______________ (vi) The purpose of this fixed price purchase order is to procure Repair and Replacement services with the following specifications: The AIDC will send in various handpieces such as highspeed, slowspeed, or high aerosol handpieces to be repaired. If these handpieces cannot be repaired, then they can be replaced with new handpieces. To be included as part of this solicitation but will be awarded on a separate purchase order The following are being requested as a Base Year with Four (4) one-year Option Periods and should be prices out as such:� Description:� Dental Handpiece Repair and Replacement Services Base Year - $ Option Yr. 1 - $ Option Yr. 2 - $ Option Yr. 3 - $ Option Yr. 4 - $ (vii) The delivery and acceptance terms for this order are FOB Destination.� 90 days after Receipt of Award. (viii) The provision at 52.212-1, Instructions to Offerors � Commercial Items (June 2020), applies to this acquisition.� Quotes shall be submitted on company letterhead stationery, signed and dated, it shall include the following: 1.�The solicitation number; 2.The time specified in the solicitation for receipt of offers; 3. The name, address, and telephone number of the offeror; 4.�A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; 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�(see FAR�52.212-3(b) for those representations and certifications that the offeror shall complete electronically); 9.�Acknowledgment 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 (including contract numbers, points of contact with telephone numbers and other relevant information); and 11.�If the offer is not submitted on the�SF 1449, include 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 (ix) 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 (specifications) 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. (x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications�Commercial Items (Feb 2021), with its offer. The offeror has completed the annual representations and certifications electronically in SAM accessed through�http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR�52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard(s) applicable to the NAICS code(s) referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (FAR 4.1201). (xi) 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 Stephanie.Begay3@ihs.gov; alb_aoapinvoices@ihs.gov; and John.Jaramillo@ihs.gov. �Invoice shall be submitted once delivery has been completed. (xii) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders�Commercial Item (Jan 2021), 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) 52.203-19, 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�(Jul 2018)�(Section 1634 of Pub. L. 115-91). (3)�52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.�(Aug 2020)�(Section 889(a)(1)(A) of Pub. L. 115-232). (4)�52.209-10, Prohibition on Contracting with Inverted Domestic Corporations�(Nov 2015). (5)�52.233-3, Protest After Award�(Aug 1996)�(31�U.S.C.�3553). (6)�52.233-4, Applicable Law for Breach of Contract Claim�(Oct 2004)� (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 (June 2020), 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 (June 2020) (41 U.S.C. 3509)) (3) 52.219.8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)). (4) 52.219-13, Notice of Set-Aside of Orders (Mar 2020) (15 U.S.C. 644(r)) (5) 52.219-28, Post Award Small Business Program Representation (Nov 2020) (15 U.S.C. 632(a)(2)). (6) 52.222-3, Convict Labor (June 2003) (E.O. 11755) (7) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2020) (E.O. 13126) (8) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (9) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246) (10) 52.222-50, Combating Trafficking in Persons (Oct 2020) (22 U.S.C. chapter 78 and E.O. 13627). (11) 52.223-15, Energy Efficiency in Energy-Consuming Products (May 2020) (42 U.S.C. 8259b) (12) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (June 2020) (E.O. 13513) (13) 52.225-1, Buy American�Supplies (Jan 2021) (41 U.S.C. chapter 83). (14) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332). (15) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(12)). (xiii) 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. 1) FAR 52.217-8, Option to Extend Services (Nov 1999) 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) (xiv) N/A (xv) Proposals are due by 3:00 pm MDT on April 15, 2021, e-mail the proposals to Stephanie.Begay3@ihs.gov. Offer must confirm the receipt of the proposal by IHS.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a8a6ad8827924a0a83d1f771869fcdd5/view)
 
Place of Performance
Address: Albuquerque, NM 87120, USA
Zip Code: 87120
Country: USA
 
Record
SN05964757-F 20210409/210407230112 (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  © 1994-2020, Loren Data Corp.