Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 12, 2024 SAM #8172
SOLICITATION NOTICE

70 -- Firm Fixed-Price, Commercial Item Purchase Order to provide IT Equipment for the Standing Rock Service Unit (SRSU), Fort Yates IHS Hospital, Fort Yates, North Dakota.

Notice Date
4/10/2024 2:30:04 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
 
ZIP Code
57401
 
Solicitation Number
RFQ-24-054
 
Response Due
4/19/2024 10:00:00 AM
 
Archive Date
05/04/2024
 
Point of Contact
David Jones, Phone: 6052267328, Wenda Wright, Phone: 6052267724
 
E-Mail Address
david.jones@ihs.gov, wenda.wright@ihs.gov
(david.jones@ihs.gov, wenda.wright@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-24-054. C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03, 02/23/2024. D. This RFQ is issued as ""100% Buy Indian/Small Business"", and the associated NAICS Code is 334118, with a small business standard of 1000 employees. 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. F. BRAND NAME ONLY Complete the Specification List: Estimated Cost � � Item� � � � � �Description� � � � � � � � � � � � � � � � � Quantity Unit� Each� � � � � � � Total 1. 210-BFXE OptiPlex Small Form Factor Plus 7010� � 45 EA $___________ $___________ 2. 275-BBCB Dell Optical Wired Mouse � MM116� � � � 45 EA $___________ $___________ 3.� � � � � � � � � �Shipping (If applicable)� � � � � � � � � � � � � � � � DO $___________ $___________ Total Amount $__________________ G. To provide Information Technology (IT) Laptops & Equipment. H. To be provided for the Standing Rock Service Unit (SRSU), Fort Yates IHS Hospital, Fort Yates, North Dakota, 58538. Delivery Location: Standing Rock Service Unit (SRSU), Fort Yates IHS Hospital, 10 Standing Rock Avenue, Fort Yates, North Dakota, 58538. The period of performance will be 45 days from the Date of Award. I. FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (SEPT 2023). Quotes shall be submitted on company letterhead stationery, signed, dated and they shall include: 1. Solicitation number RFQ-24-054. 2. Closing Date: April 19, 2024, at 12:00 pm CDT. 3. Name, address, and telephone number of company and e-mail address of contact person. 4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the solicitation requirements. 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 (if any issued) 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). 11. A statement specifying the extent of agreement with all terms, conditions, and provisions of 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 is Lowest Price Technically Acceptable �LPTA� factors in determining the successful contractor. The Government intends to select ONE contractor for award of this effort. The proposals will be initially evaluated by lowest price and if the lowest priced proposal submitted is found to be technically acceptable, no other proposals will be evaluated, and award will be made to the lowest priced, technically acceptable offeror However, if the offeror�s lowest priced proposal is not found technically acceptable, the next offeror�s lowest priced proposal will be evaluated until the lowest priced, technically acceptable proposal is found. The Government intends to evaluate offers and award without discussions. The Government reserves the right to ask for clarifications from the lowest?priced offeror being evaluated without approaching other offerors. The Government reserves the right to enter negotiations with the lowest?priced offeror being evaluated without approaching other offerors. � Shall provide the items listed in the Specifications Listings: Brand Name Only � Ability to meet the Delivery Schedule � Complete and fill out the Indian Firm Representation Form/Specifications Price Lists for all items J. FAR 52.212-3 Offer Representations and Certifications-Commercial Products and Commercial Services (FEB 2024) 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. K. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) � See attachment; in by reference. L. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services (FEB 2024) - See attachment for full text. M. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) applicable clauses, including below. N. Offers will be accepted electronically; submit via e-mail to the following: Great Plains Area Indian Health Service Attn: David Jones, Contract Specialist 115 4th Ave. SE, Room 309 Aberdeen, SD 57401 E-mail: david.jones@ihs.gov Questions regarding this solicitation shall be submitted in writing by either email no later than April 16, 2024, 12:00pm CDT. Contractors will need a UEI number, TIN number, and be registered with the System for Award Management at www.sam.gov. Acceptance Period: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement that it is firm for at least 30 days from the date of receipt by the Government. The quotation must set forth full, accurate, and complete information as required by the Request for Quotation (RFQ) and be returned no later than the date referenced. All required information must be submitted to be considered responsive and eligible for award. No contract award shall be made to any vendor listed on the OIG Exclusions List at http://exclusions.org.hhs.gov throughout the contract. 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 resulting from this solicitation 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�. 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. 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 or third-party hosted services requiring 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""
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/328ca57b564a45289c334675e0e55e59/view)
 
Place of Performance
Address: Fort Yates, ND 58538, USA
Zip Code: 58538
Country: USA
 
Record
SN07026403-F 20240412/240410230050 (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.