Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 23, 2023 SAM #8031
SOLICITATION NOTICE

65 -- Brand Name or Equal Allergan Breast Implant Supplies, IHS, Phoenix Indian Medical Center

Notice Date
11/21/2023 10:27:24 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
PHOENIX AREA INDIAN HEALTH SVC PHOENIX AZ 85004 USA
 
ZIP Code
85004
 
Solicitation Number
RFQ-24-PHX-003
 
Response Due
11/28/2023 4:00:00 PM
 
Archive Date
12/31/2023
 
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)
 
Description
Amendment 1: Questions 1.�� �Extend Offer Due Date to November 28, 2023 and time remains the same.� 2.�� �On the price file, I have listed our offer price for year 1 and each subsequent option year as the �low unit cost� in anticipation that we don�t take a price increase in the next 5 years. In case we do, I added a 4% premium to the �high unit cost� for each option year. I don�t anticipate the price to raise 4% each year, but also want to make sure there is flexibility should prices need adjusting. Does that methodology work, or should I consider an alternate way to record the prices? We are requesting Low Unit Cost for 11-T and the High Unit Cost for 16-T. �We will multiply the High Unit Cost times E/U or Quantity to provide us ANNUAL COST. �For the next Option Years you can provide the 4% increase to the Low Unit Cost and High Unit Cost. � 3.�� �On the price file, Number 8 �tissue expander round/standard� is not a product that we carry and therefore we simply left the price blank. I noticed this line item is not listed on the RFQ, was it unintentionally added to the price file? We are requesting tissue expander round/standard or something similar. � 4.�� �Regarding the requested information for the technical and past performance, in what format would you like that prepared and submitted?� You can provide documents or link to the products we are requesting and the past performance can be listed on a Word document.� � Brand Name or Equal to Allergan Breast Implant Supplies Indian Health Service (IHS), Phoenix Area Office (PAO), Division of Acquisition Management (DAM)� Place of Performance: Phoenix Indian Medical Center, OR Department, Phoenix, AZ � (i)�� �This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 and FAR 13.303 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.� � In accordance with FAR 13.106-2(b)(3) Simplified Acquisition Procedures, the Government will award a Firm-Fixed Price Blanket Purchase Agreement (BPA) from this solicitation to the responsible quoter on a Lowest Price Technically Acceptable (LPTA) basis whose quote conforms to the solicitation and represent the government by meeting or exceeding the minimum requirement. Quoters are advised that quotation may exceed the requirements but the government is not requesting or accepting alternate quotes, each response must respond to the solicitation requirement, stated in the RFQ.� � (ii)�� �Solicitation number is #RFQ-24-PHX-003 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 2023-05, Effective 09/22/2023.� (iv)�� �This requirement is unrestricted and NAICS Code is 339113. � (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. � Contractor shall provide the Lowest Unit Cost and Highest Unit Cost for the following items. �Contractor shall provide a complete description and prices for all items listed on the Price Schedule on a separate Contractor�s Quotation. �High Unit Cost will be used to calculate Annual Cost and Totals. � 1. Natrelle TE Smooth FV/FX/MV/MX/SV/SX, Low-11-T to High-16-T� 2. Natrelle Inspira BI �SRF/SRL/SRLP/SRM/SRX, Low-110cc to High 770cc 3. Natrelle Inspira SSF/SSL/SSLP/SSM/SSX/SCX, Low-110cc to High 800cc 4. Natrelle Inspira Sizer �FullProf/X-Full/LowProf/LowPlus, Low-110cc �to High-770cc 5. Natrelle Sizer Style 68 & 468, Low-180cc to High-750cc 6. Natrelle Gel Sizer Style 10/15/20, Low-176cc to High-700cc See Attachment A - Price Schedule.� (vi)�� �The Indian Health Service (IHS), Phoenix Area Office (PAO), Division of Acquisition Management (DAM) intends to procuring for a Blanket Purchase Agreement (BPA) for Brand or Equal Allergan Breast Implant Supplies. (vii)�� �Delivery and acceptance terms for this contract award is FOB Destination. Delivery Address: Phoenix Indian Medical Center, 4212 North 16th Street, Bldg-9, Phoenix, AZ 85016 Delivery of supplies are 10 days or sooner After Receipt of Order. (viii)�� �Addendum to FAR 52.212-1, Instructions to Offerors � Commercial Items (Oct 2018).� 1.�� �Adherence to Instructions:� Offers, including all required documents, must be submitted to the Contact Specialist, Donovan Conley, to Donovan Conley@ihs.gov. �Please reference section �ADDENDUM to FAR 52.212-2 - Evaluations - Commercial Items� for additional information about Evaluation factors for this solicitation. �Documents must be properly executed and submitted not later than the close of business of the offer due date which is November 22, 2023 at 4:00 PM PST. �No questions will be taken after November 22, 2023 at 12:00 PM PST. �Only electronic offers will be accepted and emailed to Donovan.Conley@ihs.gov. �Any submission of offers after the closing date of the November 22, 2023 at 4:01 PM PST will not be accepted for consideration.� 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 a 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 multiply or one BPA 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 instructions: Factor 1 � Technical: Offeror shall provide brief description of alike salient characteristics of the items stated in the Price Schedule, to include technical documentation to support products being offered as equal items. � 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 or relevant supplies or 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: � ��� �Company Name:___________________________________ Address:__________________________________________ Contact Name:_____________________________________ Contact Telephone No:_______________________________ E-mail Address:_____________________________________ Supplies Provided:___________________________________ Award Date:______________________________________ Award Amount Including Options: $___________________ �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 3 � Price: The Contractor shall provide unit prices for the all items on Price Schedule and not providing prices for all items shall make your offer non-responsive to the solicitation.� 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. Provisions:� FAR 52.216-1 � Type of Contract (Apr 1984), The Government contemplates award of a Firm-Fixed Price award resulting from this solicitation.� (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 submitted in ARREARS: a.�� �Quarterly�� �[ � ] b.�� �Semi-Annually�� �[ � ] c.�� �Other [X] After shipment of order(s). � 2.�� �Instructions: �Invoice Processing Platform (IPP) Invoicing will be completed electronically at www.ipp.gov or any successor site. Note: The IPP Helpdesk is itservicedesk@fiscal.treasury.gov. HHSAR Clause 352.232-71 Electronic Submission of Invoice Payment Requests (Feb 2022) (a) Definitions. As used in this clause -- Payment request means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must comply with the requirements identified in FAR 32.905(b), �Content of Invoices� and the applicable Payment clause included in this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests electronically using the Department of Treasury Invoice Processing Platform (IPP) or successor system. Information regarding IPP, including IPP Customer Support contact information, is available at www.ipp.gov or any successor site. (c) The Contractor may submit payment requests using other than IPP only when the Contracting Officer authorizes alternate procedures in writing in accordance with HHS procedures. (d) If alternate payment procedures are authorized, the Contractor shall include a copy of the Contracting Officer's written authorization with each payment request. (END OF CLAUSE) Contracting Officer Representatives (COR): Jimmy Manibusan@ihs.gov Technical Point of Contact (TPOC): TBD Contract Specialist: Donovan Conley, Donovan.Conley@ihs.gov (xii)�� �FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Jan 2020), see attachment Clauses and Administrative Data.� (xiii)�� �Additional attachment for this commercial solicitation. � Attachments:� 1.�� �RFQ-24-PHX-003 Combined Synopsis-Solicitation� 2.�� �Attachment A � Price Schedule 3.�� �Attachment B � Statement of Work 4.�� �Attachment C � BPA Terms and Conditions 5.�� �Attachment C � Arizona 2023 Tax Exemption Letter �� ��� � (xiv)�� �n/a � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� (xv)�� �RFQs are due by 4:00 PM PST on November 22, 2023. Email the RFQ offers to Donovan.Conley@ihs.gov. �Questions are due before November 22, 2023 at 12:00 PM PST. �Offeror must confirm IHS receipt of their offer(s). �� You are reminded that representatives from your company SHALL NOT contact any Indian Health Service employees to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to Donovan Conley Contract Administrator.� � (xvi)�� �Contract Administrator is Donovan Conley, Contracting Specialist, Donvan.Conley@ihs.gov � � � � � � �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dcbe866815d4425f937266a6228a9947/view)
 
Place of Performance
Address: Phoenix, AZ 85016, USA
Zip Code: 85016
Country: USA
 
Record
SN06891953-F 20231123/231121230050 (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.