SOLICITATION NOTICE
70 -- BUY INDIAN SET-ASIDE - OCAO IHS SYSTEMS IMAGING
- Notice Date
- 2/21/2024 9:25:40 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
- ZIP Code
- 73114
- Solicitation Number
- 246-24-Q-0053
- Response Due
- 2/23/2024 2:00:00 PM
- Archive Date
- 03/09/2024
- Point of Contact
- Mary Ann Yocham, Phone: 4059516043, Fax: 4059513771
- E-Mail Address
-
MaryAnn.Yocham@ihs.gov
(MaryAnn.Yocham@ihs.gov)
- Small Business Set-Aside
- BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
- Description
- 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.� This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ) # 246-24-Q-0053.��Submit only written quotes for this RFQ.� This solicitation is a 100% BUY INDIAN SET ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02.� The associated NAICS code is 541519 This RFQ contains five (5) Line Items: CLIN DESCRIPTION ITEMS Base 03/01/2024 � 02/28/2025 SEE ATTACHMENT Option Year 1 03/01/2025 � 02/28/2026 SEE ATTACHMENT Option Year 2 03/01/2026 � 02/28/2027 SEE ATTACHMENT Option Year 3 03/01/2027 � 02/28/2028 SEE ATTACHMENT Option Year 4 03/01/2028 � 02/28/2029 SEE ATTACHMENT PERIOD OF PERFORMANCE: 03/01/2024 � 02/28/2029 The estimated value of the Purchase Order is $65,000.00 over 5 years Vendor Requirements: ��SEE ATTACHED SPECIFICATIONS Submit Quotes no later than: 02/23/2024 04:00p.m. CDT� to the Following Point of Contact: Mary Ann Yocham, Contract Specialist, via Email: maryann.yocham@ihs.gov. Evaluation:� FAR 52.212-2 Evaluation -- Commercial Items (completed as follows): (a) The Government will award a firm fixed price Purchase Order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, with price and other factors considered equally. The following factors shall be used to evaluate offers: Best Value (see criteria below) Pricing Pricing will be evaluated by adding all the prices of evaluated items together for a cumulative price. Option years will be included in the price evaluation.� Evaluation of options shall not obligate the Government to exercise the option(s) Required Features Deploy OS without physically touching your target machines using automated booting and deployment. Simplified and centralized live imaging techniques. Image customization according to user and department deployment needs. Driver and application installation on client computers post-deployment. Rapid OS deployment across multiple vendor platforms, regardless of vendor makes or models. Multicast and unicast deployment modes to save bandwidth. Migrate user profile data when you are deploying operating system. Control the order of deployment tasks, handle reboots seamlessly and ensure that the system is updated in real time. Streamline large-scale system imaging operation and application deployments to remote sites from any location. The Vendor will provide all software and licensing for installation.� Vendor will also assist in installation and provide training for Area IT staff. License to include 1 Year 24x7 Maintenance support VENDORS SHALL SUBMIT THE FOLLOWING: COMPLETED PRICE SCHEDULE (TO INCLUDE OUT YEARS) IEE FORM SOFTWARE AND LICENSING FEATURES MAINTENACE SUPPORT COVERAGE VENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT DESCRIPTITVE LITERATURE SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING SOLICITED This solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below.� Terms and conditions other than those stated will not be accepted.� The above pricing is all inclusive.� PROVISIONS:� The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (the offeror should include a completed copy of this provision with their quote). CLAUSES:� The following FAR clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Products and Commercial Services (Dec 2023) (to include the following clauses sited): �FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023); FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020); FAR 52.204-27. Prohibition on a ByteDance Covered Application (Jun 2023);� FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021); FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020);� FAR 52.219-14, Limitations on Subcontracting (Oct 2022);� FAR 52.219-28, Post Award Small Business Program Representation (Sep 2023);� FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Nov 2023); �FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016);� FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020); �FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); FAR 52.222-50, Combating Trafficking in Persons (Nov 2021);� FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving (Jun 2020);� �FAR 52.225-13, Restriction on Certain Foreign Purchases (Feb 2021); �FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Oct 2018); FAR 52.232-36, Payments by Third Party (May 2014); �FAR 52.239-1, Privacy or Security Safegaurds (Aug 1996);� FAR 52.217-8, Option to Extend Services (Nov 1999);� FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000);� HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015);� HHSAR 352.224-70, Privacy Act (Dec 2015);� HHSAR 352.226-1, Indian Preference (Dec 2015);� HHSAR 352.226-4, Notice of Indian Small Business Economic Enterprise Set-Aside;� HHSAR 352.226-5, Notice of Indian Economic Enterprise Set-Aside;� HHSAR 352.226-6, Indian Economic Enterprise Subcontracting Limitations;� HHSAR 352.226-7, Indian Economic Enterprise Representation;� HHSAR 352.232-71, Electronic Submission of Payment Requests;� HHSAR 352.239-73, Electronic and Technology Accessibility Notice (Dec 2015); HHSAR 352.239-74, Electronic and Information Technology Accessibility (Dec 2015); .� The above Provisions and Clauses may be obtained via internet at https://www.acquisition.gov/ Miscellaneous: NO FAX QUOTATIONS ELECTRONIC SUBMISSIONS � SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (maryann.yocham@ihs.gov)� All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award.� Please submit the following information with each quote: Vendor Name, Cage Code, UEI, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability.� Failure to provide sufficient technical detail may result in rejection of your quote. Specifications Oklahoma PC Imaging Software PURPOSE OF THE PROJECT The Oklahoma City Area Office has a need to image computers and laptops after arrival from the vendor.� A standardized image will allow us to roll out equipment much faster, give us a single operating system to support, and remove unneeded software installed by the vendor. This software would reside on a server at Area Office and would allow us to 'image' multiple computers at once. DETAILED DESCRIPTION OF THE TECHNICAL REQUIREMENTS OS Deployer Features: Deploy OS without physically touching your target machines using automated booting and deployment. Simplified and centralized live imaging techniques. Image customization according to user and department deployment needs. Driver and application installation on client computers post-deployment. Rapid OS deployment across multiple vendor platforms, regardless of vendor makes or models. Multicast and unicast deployment modes to save bandwidth. Migrate user profile data when you are deploying operating system. Control the order of deployment tasks, handle reboots seamlessly and ensure that the system is updated in real time. Streamline large-scale system imaging operation and application deployments to remote sites from any location. The Vendor will provide all software and licensing for installation.� Vendor will also assist in installation and provide training for Area IT staff. License to include 1 Year 24x7 Maintenance support PERIOD OF PERFORMANCE Base year of 1 year with 4 option year periods. LEVEL OF EFFORT The contractor shall provide new equipment. This should include all accessories to operate the equipment and features as listed to include, but not limited to: The contractor shall delivery to Indian Health Service Oklahoma City Area Office 701 Market Drive Oklahoma City, Oklahoma 73114 with all installation instructions, warranty documents, and specifications. Training:� Contractor shall provide an online resource for training and initial use. SPECIAL REQUIREMENTS �In accordance with HHSAR 304.1300(b) non-routine contractor employees shall comply with OPDIV DHHS/SE Region � Human Resources, Security Clearance Guidance � Visitors (3/29/12) policy for contract performance period.� Contractor employees will be required to obtain a visitor�s pass upon arrival for services from Facilities Management. - (Security Clearance for on-site human services) The Indian Health Service Oklahoma City Area Office is a tobacco/smoke free environment (buildings and grounds). No tobacco/smoking use will be tolerated during service. Security Requirements:� Contractor personnel will be required to contact the government designated point of contact upon arrival when reporting for service calls or delivery supplies.� The contractor shall be responsible for the security of all organizational information.� Current rules and regulations applicable to the premises, where the work shall be performed shall apply to the contractor and its employees while working on the premises.� These regulations include but are not limited to, escort by Claremore Indian Hospital official, presenting valid identification, smoking restriction and any safety procedures. The contractor shall not disclose or cause to disseminate any information concerning operations of Claremore Indian Hospital.� Such action(s) could result in violation of the contract and possible legal actions. All inquiries, comments, or complaints arising from any matter observed, experienced or learned of as a result of or in connection with the performance of the contract, the resolution of which may require the dissemination of official information, shall be directed to the government�s designated representative. Termination Amortization Schedule:� A termination amortization schedule shall be included as an attachment of the awarded contract.� If the Government does not exercise any of the options listed in the price / cost schedule, the Government�s not exercising the options will have the same effect as if the Government terminated for convenience.� All remedies afforded to contractor in regards to a termination for convenience shall be available to the contractor. DELIVERABLES AND REPORTING REQUIREMENTS �Delivery:� The contractor will coordinate the delivery, installation and training date with the designated government employee.� The government will provide the contractor with dock access and building access for this sole purpose. The designated government employee will work with the pertinent government agency(ies) to secure the needed dock access.� No deliveries can be made after 4:15pm.� Driver needs a valid ID. Contractor Point of Contact:� The contractor shall furnish one designated point of contact (POC) to the government�s designated representative for coordination of supplies, delivery, and/or maintenance.� The POC will be empowered to make daily decisions to ensure that the contract implementation and day-to-day maintenance meets the terms and conditions of this contract. Contractor�s Phone Numbers:� The contractor shall provide a toll-free telephone number for service calls, which must be answered during at least eight working hours, between 8:00 am and 4:30 pm, Monday through Friday. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES The Government shall make no supply of property, facilities, and services. CONTRACTOR FURNISHED PROPERTY, FACILITIES AND SERVICES Required personnel, materials, supplies and equipment:� The contractor shall furnish all personnel, materials, supplies and equipment required to perform work under the contract, to include but not limited to: equipment and shipping. CHANGES TO THE SPECIFICATIONS Any changes to these specifications shall be authorized and approved only through written correspondence from the Contracting Officer.� Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6611f935948a4a2a97d44db266f31767/view)
- Place of Performance
- Address: OK 73114, USA
- Zip Code: 73114
- Country: USA
- Zip Code: 73114
- Record
- SN06972775-F 20240223/240221230051 (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 |