SOLICITATION NOTICE
J -- Brand Name Biofire Extended Warranty Services
- Notice Date
- 3/10/2022 10:24:37 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- PHOENIX AREA INDIAN HEALTH SVC PHOENIX AZ 85004 USA
- ZIP Code
- 85004
- Solicitation Number
- RFQ-22-PHX-008
- Response Due
- 3/21/2022 12:00:00 PM
- Archive Date
- 04/21/2022
- Point of Contact
- Donovan Conley, Phone: 6023645174, Fax: 6023645030, Jeremy Steel, Phone: 6023645264, Fax: 6023645030
- E-Mail Address
-
Donovan.Conley@ihs.gov, jeremy.steel@ihs.gov
(Donovan.Conley@ihs.gov, jeremy.steel@ihs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Brand Name Biofire Extended Warranty Service Indian Health Service (IHS), Phoenix Area Office (PAO), Division of Acquisition Management (DAM)� Place of Performance: Colorado River Service Unit, Parker, AZ (i)�� �This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR 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 will award one Firm-Fixed Price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer is conforming to the Brand Name Biofire Extended Warranty Service. �Lowest price technically acceptable (LPTA) source selection will be used where best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price.� (ii)�� �Solicitation number is #RFQ-22-PHX-008 and is issued as a Request for Quotation (RFQ).� (iii)�� �This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04, Effective 01/30/2022.� (iv)�� �This requirement is under North American Industrial Classification Standard (NAICS) codes: 811219 � Other Electronic and Precision Equipment Repair and Maintenance; or any applicable NAICS code, along with the appropriate Small Business Size Standard. �This requirement is a 100% set-aside for Small Business. A tiered evaluation preference will be used to first evaluate quotes from small businesses with EITHER a Women-Owned Small Business (WOSB) or Small Business (SB) designations; if no awards can be made to a Small Business vendor with one of those socio-economic designations, then, Other Than Small Business quotes will be reviewed. (v)�� �The Contract Line Items (CLINs) are listed on the 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. See Attachment A - Price Schedule.� Offeror shall provide listing of all items on a separate quote or list on attachment Price Schedule.� (vi)�� �The Indian Health Service (IHS), Phoenix Area Office (PAO), Division of Acquisition Management (DAM) intends to procure for New Brand Name or Equal Biofire Extended Warranty Servcie. (vii)�� �Delivery and acceptance terms for this contract award is FOB Destination. Delivery Address: Colorado River Service Unit, 12033 Agency Road, Parker, AZ 85344, Attention: Lesley Preston Delivery of services as instructed by Biofire Warranty Service. � (viii)�� �Addendum to FAR 52.212-1, Instructions to Offerors � Commercial Items (Oct 2018).� Submissions of Offers 1.�� �Offers, shall include all required documents and must be submitted to the Contact Specialist Donovan Conley at email address Donovan Conley@ihs.gov. �Documents must be properly executed and submitted no later than the offer due date of March 21, 2022 at 12:00 PM MST (AZ Time). �No questions will be accepted after March 21, 2022 at 9:00 AM MST (AZ Time). �Only electronic offers will be accepted and must be emailed to Donovan.Conley@ihs.gov. �Any submission of offers after the closing date and time of the March 21, 2022 at 12:00 PM MST (AZ Time) will not be accepted for consideration. � Offeror shall title their email offer as Subject �RFQ-22-PHX-008 Brand Name Biofire Extended Warranty Services�. � 2.�� �Exceptions to Terms and Conditions: Offerors must clearly identify any exception to solicitation terms and conditions and provide accompanying rationale. 3.�� �Registration in System for Award Management (SAM): In order to be eligible for contract award offerors must be registered in SAM at https://www.sam.gov.� 4.�� �Quotation Preparations Instructions for Evaluation Factors: Offeror shall provide information as instructed in section (ix) Addendum to FAR 15.212-2, Evaluation � Commercial Items. (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). All evaluation factors, except price, are evaluated on an Acceptable/Unacceptable basis. �The following factors shall be used to evaluate offers:� Factor 1 � Technical (Acceptable/Unacceptable) Factor 2 � Past Performance (Acceptable/Unacceptable) Factor 3 � 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. METHOD OF AWARD: 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 a �Acceptable� rating in every non-price factor. �Any proposal receiving a rating of �Unacceptable� rating in any non-price factor will not be further evaluated.� The Government intends to award one (1) Purchase Order for this RFQ notice. For the purpose of award, the government shall evaluate offers based on the evaluation factors described below: �� � Factor 1 � Technical (Acceptable/Unacceptable) Factor 2 � Past Performance (Acceptable/Unacceptable) Factor 3 � Price Evaluation Factors instr Factor 1 � Technical: Offeror shall provide literature/brochure and delivery information on Biofire Warranty Extended Service in accordance with Attachment B � Requirements. � Factor 2 � Past Performance: Offerors are required to furnish one to three current, or recently completed Federal, State, local government, or private contracts under which you have provided the same or similar services required in this solicitation within the last five (5) years. �Provide contact name, date of performance, and point of contact, telephone number, fax number and e-mail address. � Past performance will be reviewed to assure that the offeror has relevant and successful performance history. Contractor shall notify all references that have been provided to the IHS for their solicitation and respond within 1 business day of email or telephone contact by the Service Unit. Past Performance reference format: � Contract Number: _________________________________ Government Agency/Organization Name:___________________________________ COR�s or CO�s Name:_____________________________________ COR�s or CO�s Email and Phone Number: ______________________________ Service/Supplies Provided:___________________________________ Current Status, e.g. completed and/or if in progress, started, and completion date: ___________ Award Amount (Base and Option Years: _$_________________________ The Government may rely on internal documentation including the Federal Awardee Performance and Integrity Information System (FAPIIS) Past Performance Information Retrieval System (PPIRS) and contracting officer's knowledge of and previous experience with supply or service being acquired for determining Past Performance, if no record of past performance is found in FAPIIS or PPIRS, the contractor shall not receive a favorable or unfavorable rating, but shall receive a rating of neutral. Factor 4 � Price: The Contractor shall provide unit prices for the all items on the Price Schedule. � The Government will evaluate the quote to determine the price fair and reasonableness in accordance with FAR 13.106-3. � Offer must be good for 120 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.� If you have any questions concerning the Price Schedule you can email me at Donovan.Conley@ihs.gov.� (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.� 1.�� �Invoices: � Invoices shall be prepared with the following information CLEARLY identified on the invoice: 1.�� �Invoice Date and Number 2.�� �Contract Number 3.�� �Charges for service or products identified BY LINE ITEM Number 4.�� �Brief description of products or services rendered 5.�� �Charges should follow Line Item structure on contract to include Quantity, Unit of Issue, Unit Price, and Total Amount as applicable 6.�� �Dates of Service or Shipment Invoices shall be prepared and submitted electronically and in accordance with rates and terms as stated in the contract.� Invoices should be sent electronically to the following departments and addresses in the same e-mail: Finance: PHXAOAP-Team@ihs.gov For purposes of interest accrual and time of official receipt, Finance is designated as the point of receipt for the Government. Invoices shall be submitted electronically to the e-mail address listed above. Payments will be made by the Phoenix Area Division of Financial Management who will process an electronic funds transfer (EFT) to the contractor. (xii)�� �FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (JUL 2021), see attachment Clauses and Administrative Data.� (xiii)�� �Additional solicitation provisions used for Acquisition of Commercial Items and attachments used for this Combined Synopsis-Solicitation. � The Office of Management and Budget (OMB) mandates that U.S. federal agencies use the Internet Protocol version 6 (IPv6). �In November 2020, OMB issued memorandum M-21-07 ""Completing the Transition to IPv6"", �which outlines the Federal government's strategic intent ""to deliver its information services, operate its networks, and access the services of others using only IPv6"". �The IHS requires all new IT systems (hardware and software) to operate in a pure IPv6 network environment. �This includes on-premises services or third-party hosted services that require network integration into the IHS network. �The Offeror's solution shall comply with the IPv6 standards profile as defined by the NIST USGv6 Program: https://www.nist.gov/programs-projects/usgv6-program Provisions:� FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.216-1 Type of Contract (APR 1984), The Government contemplates award of a Firm-Fixed Price award resulting from this solicitation.� � Attachments:� 1.�� �Combined Synopsis-Solicitation RFQ-22-PHX-008 2.�� �Attachment A � Price Schedule 3.�� �Attachment B � Requirements 4.�� �Attachment C � Clauses and Administration Data 5.�� �Attachment D � 2022 AZ Tax Exemption Letter �� ��� � (xiv)�� �n/a � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� (xv)�� �RFQs are due by 12:00 PM MST on March 21, 2022. Email your offer to Donovan.Conley@ihs.gov. �Questions are due before March 21, 2022 at 9:00 AM MST (AZ Time). �Offeror must confirm IHS receipt of their proposal. �� You are reminded that representatives from your company SHALL NOT contact any Indian Health Service (IHS) employees to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer or Contract Administrator.� � (xvi)�� �Contract Administrator is Donovan Conley, Contracting Specialist,� Donovan.Conley@ihs.gov, � 602-364-5174 �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ad9ae19b2e9d4b86a1a04bd9a40b7fc8/view)
- Place of Performance
- Address: Parker, AZ 85344, USA
- Zip Code: 85344
- Country: USA
- Zip Code: 85344
- Record
- SN06263149-F 20220312/220310230105 (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 |