Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 19, 2022 SAM #7567
SOLICITATION NOTICE

T -- Video Production Services - Great Plains Area Behavioral Health Department for the DDU & YRTC, Period of Performance will be six (6) months after award

Notice Date
8/17/2022 4:19:38 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
512110 — Motion Picture and Video Production
 
Contracting Office
GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
 
ZIP Code
57401
 
Solicitation Number
RFQ-22-075
 
Response Due
8/31/2022 10:00:00 AM
 
Archive Date
09/15/2022
 
Point of Contact
Ursula Maslonka, Phone: 6052267274
 
E-Mail Address
ursula.maslonka@ihs.gov
(ursula.maslonka@ihs.gov)
 
Small Business Set-Aside
BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
 
Description
A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice, FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994) (Public Law 103-355). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. B. The Great Plains Area Indian Health Service (IHS) intends to award a Firm-Fixed Price, Commercial Item, Purchase Order in response to Request for Quote (RFQ) RFQ-22-075. C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07. D. This RFQ is issued as 100% Indian Small Business Economic Enterprises (ISBEE) Set-Aside, and the associated NAICS Code is 512110, which has a small business standard size of ������$35,000,000. E. The quoted unit pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state and local taxes) plus all other costs pertinent to the performance of this contract. Utilize your most competitive and reasonable rates. � � � � �Complete the attached Bid Schedule for: � � � � � 1. Video Production Services � total amount of all items requested $�������������������������������� . F. To be provided for the Great Plains Area DDU located at 113 South Bluff Street, Winnebago, NE 68071 and the Great Plains Area YRTC located at 12451 Highway 1806, Mobridge, SD 57601. See Statement of Work (SOW) attached. �The period of performance will be for six (6) months from the Date of Award. � G. FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Nov 2021). � � � Quotes shall be submitted on company letterhead stationery, signed, dated and it shall include: Solicitation number RFQ-22-075. Closing Date: August 31, 2022 at 12:00 pm CST. Name, address and telephone number of company and email address of contact person. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. This may include product literature, or other documents, if necessary. Terms of any express warranty. Price and any discount terms. �Remit to� address, if different than mailing address. 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). Acknowledgment of Solicitation Amendments (if any issued) 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). A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. � � � �Basis of award �Best Value� - The basis for award will be based on �Best Value� with trade-offs that takes in consideration� � � � � � �the evaluation factors listed below. Therefore, in addition to price the government will consider the evaluation factors in� � � � � � � � � � �determining the successful quote that represent best value to the government. Under best value principles, there is no r� � � � � � � � � �requirement that a contract be awarded on the basis of lowest price.� IHS reserves the right to make a single award or multiple� � � � �awards, whichever is most advantages to the Government. This is a competitive solicitation and the offer your firm submits will� � � � �be used by the Indian Health Service to determine, which offer is the �Best Value� to the government. Be advised that the� � � � � � � � �quantities listed within are, �estimates only� and it is not the intent of the government to be obligated to order the �quantities�.� � � � � �valuation Process for Award: The government will award a contract resulting from this solicitation to the responsible offeror(s)� � � � � �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 evaluation offers: � � � � � � 1. Relevant Past Performance � � � � � � 2. Management/Ability to Meet PWS � � � � � � 3. Key Personnel.� � � � � � � All evaluation factors other than cost or price, when combined, are more important than cost or price. The Government will� � � � � � � � conduct a best value evaluation to determine offeror(s) for award.� In doing so the Government may awarded to other than� � � � � � � � the lowest priced proposal or other than the highest technically rated proposal.� The Government may determine that an� � � � � � � � � � offer is unacceptable if the option prices are significantly unbalanced. H. FAR 52.212-3 Offer Representations and Certifications-Commercial Products and Commercial Services (May 2022). See attachment for full text. The Offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. I FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2021).�� �Applied to this acquisition and it�s by reference. J. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services ��������������(May 2022). See attachment for full text. K. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including below. L. Offers will be accepted electronically, Submit via e-mail to the following: � � � � �Great Plains Area Indian Health Serv ice � � � � �Attn: Ursula Maslonka, Contract Specialist � � � � �115 4th Ave; Room 309 � � � � � Aberdeen, SD 57401 � � � � � Email: Ursula.Maslonka@ihs.gov � Any questions, please submit by August 22, 2022 by 10:00 am CST. � Contractors will need a Unique Entity ID (UEI) number, TIN number, and be registered with www.sam.gov. The Contractor must provide only new equipment and new parts for the required products described herein; no used, refurbished, or remanufactured equipment or parts shall be provided under any circumstances. Absolutely no �Gray Market Goods� or �Counterfeit Electronic Parts� shall be provided. Gray Market Goods are defined as genuine branded goods intentionally or unintentionally sold outside of an authorized sales territory or by non-authorized dealers in an authorized territory. All equipment shall be accompanied by the Original Equipment Manufacturers (OEM�s) warranty. Counterfeit Electronic Parts are defined as unlawful or unauthorized reproduction, substitution, or alteration that has been knowingly mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified electronic part from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitution includes used electronic parts represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. �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� Invoice Processing Platform (IPP) The Indian Health Service (IHS) is in the process of implementing an electronic invoicing system.� In compliance with the Office of Management and Budget (OMB) M-15-19 memorandum �Improving Government Efficiency and Saving Taxpayer Dollars Through Electronic Invoicing� directing Federal agencies to adopt electronic invoicing as the primary means to disburse payment to vendors. Invoices submitted under any award will be required to utilize the Invoice Processing Platform (IPP) in accordance with HHSAR 352.232-71, Electronic Submission and Processing of Payment Requests�. IPP is a secure, web-based electronic invoicing system provided by the U.S. Department of the Treasury�s Bureau of the Fiscal Service, in partnership with the Federal Reserve Bank of St. Louis (FRSTL). Respondents to this solicitation are encouraged to register an account with IPP if they have not already done so. If your organization is already registered to use IPP, you will not be required to re-register- however, we encourage you make sure your organization and designated IPP user accounts are valid and up to date. The IPP website address is: https://www.ipp.gov If you require assistance registering or IPP account access, please contact the IPP Helpdesk at (866) 973-3131 (M-F 8AM to 6PM ET), or IPPCustomerSupport@fiscal.treasury.gov Should the contractor feel that use of the IPP would be unduly burdensome, their response to this solicitation should include an explanation of this position for a determination by the contracting officer.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/94515748ecca46b0b90e474dc8af0416/view)
 
Place of Performance
Address: Aberdeen, SD 57401, USA
Zip Code: 57401
Country: USA
 
Record
SN06430658-F 20220819/220817230126 (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.