Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2006 FBO #1563
SOLICITATION NOTICE

W -- LEASE OF FETAL MONITORING SYSTEM

Notice Date
3/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North PO Box 36600, Billings, MT, 59107
 
ZIP Code
59107
 
Solicitation Number
RFQ-10-06-023-REL
 
Response Due
3/22/2006
 
Archive Date
4/6/2006
 
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 procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 253(g) and 253a and 253b). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a fixed-price commercial item contract in response to Request for Quotation (RFQ) 10-06-023-REL. The Indian Health Service reserves the right to select a 36, 48 or 60 month lease with corresponding maintenance agreement. This solicitation is issued on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. The associated North American Industry Classification System code is 532490 and the small business size standard is $6.5 million. PRICE SCHEDULE: CONTRACT LINE ITEM NUMBER (CLIN) ONE (1): LEASE OF FETAL MONITORING SYSTEM: 36 MONTHS @ $__________ = $_______________; 48 MONTHS @ $__________ = $_______________; OR 60 MONTHS @ $__________ = $_______________; CLIN TWO (2): MAINTENANCE AGREEMENT: 36 MONTHS @ $__________ = $_______________; 48 MONTHS @ $__________ = $_______________; OR 60 MONTHS @ $__________ = $_______________; CLIN THREE (3): TRANSPORTATION COSTS - $_______________; and CLIN FOUR (4): INSTALLATION COSTS - $_______________. PURPOSE OF THE CONTRACT: The purpose of this contract is to enter into a 36, 48, or 60 month lease with a maintenance agreement for a fetal monitoring system for the Crow Service Unit, PHS Indian Hospital, Crow Agency, Montana. The Indian Health Service is requesting quotes that contain the lease amounts; maintenance, transportation and installation costs, and a description of the salient physical, functional, or performance characteristics of the proposed fetal monitoring system(s). The quotation should also include information relating to the net purchase price, lease/purchase options, applicable Federal, state, or local taxes, trade-in or salvage value of existing equipment, environmental and energy efficient products and services, applicable interest rate, detailed delivery time, payment terms, probable life of the medical equipment, and a detailed maintenance schedule. PERIOD OF PERFORMANCE: The performance of this contract shall be for a twelve month period with either two 12-month options, three 12-month options, or four 12-month options depending on the lease term that is most advantageous to the Indian Health Service. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PROJECT OFFICER: The project officer for this contract will be Ms. Kari Cash, Director of Nursing, Crow Service Unit, PHS Indian Hospital, Crow Agency, Montana. The project officer shall be responsible for: (1) Coordinating the delivery and installation of the fetal monitoring system; (2) Monitoring the maintenance services; (3) Conducting technical inspections and acceptance; and (4) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to the Project Officer. The Contractor agrees to include the following information on each invoice: (1) Contractors name, address and telephone number; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Dates of Service; and (6) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where federally funded children's services are provided. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION?COMMERCIAL ITEMS (JAN 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Indian Health Service will conduct a comparative evaluation of the quotations based on the proposed prices and the other related factors referenced in the PURPOSE OF THE CONTRACT section of this solicitation. The Indian Health Service shall award a contract to the contractor that can provide the services that represents the best value to the Government. (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. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-9, 52.207-5, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.229-3, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 352.202-1, 352.215-1, 352.223-70, 352.232-9, 352.270-2, 352.270-3, 352.270-4, 352.270-6, and 352.270-7. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at http://www.arnet.gov and http://www.hhs.gov/ogam/oam/procurement/hhsar.html. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall submit a completed copy of FAR 52.212-3 with its offer. Contractors intending to conduct business with the Federal Government must register with the Department of Defense Central Contractor Registration (CCR) database prior to award. The CCR is the primary Government repository, which retains information on Government contractors. You may register via the Internet at http://www.ccr.gov or by calling (888) 227-2423 or (269) 961-5757. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 2:00 p.m., on March 22, 2006. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company name and address. Offers will also be accepted by e-mail at RLangager@mail.ihs.gov or by fax at (406) 247-7108. 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 to the effect that it is firm for a period of at least 60 days from the date of receipt by the Government.
 
Record
SN01000604-W 20060308/060306211707 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.