Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2016 FBO #5353
SOLICITATION NOTICE

D -- Telephone Services

Notice Date
7/18/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Bemidji Area Office, 522 Minnesota Ave NW, Bemidji, Minnesota, 56601
 
ZIP Code
56601
 
Solicitation Number
RFQ-IHS1298318
 
Archive Date
8/13/2016
 
Point of Contact
Leah Azure, Phone: (218) 444-0482
 
E-Mail Address
leah.azure@ihs.gov
(leah.azure@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Service: Telephone Service This is a request for quote conducted under Simplified Acquisition Procedures pursuant to the authority of FAR Subpart 13. This announcement constitutes the only solicitation and offers are being requested. The Indian Health Service (IHS) Intends to award a firm-fixed price contract resulting from this solicitation. The solicitation documents & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2005-89. Price Schedule: The quoted price shall be all inclusive to include but is not limited to (service, travel, lodging, per diem, fringe benefits, federal, state and local taxes) plus all other costs pertinent to the performance of the award. To be considered, prospective vendors shall submit a complete quotation by the closing date of this announcement. The Government intends to make an award without discussions therefore the initial quotation shall contain the offeror's best price. This request for quote does not obligate IHS to award a contract, to pay for any costs incurred in the preparation of the quotation. The IHS reserves the right to accept or reject any or all proposals received as a result of this RFQ, to negotiate with any qualified source, or to cancel in part or in its entirety the request for quote. SUBMIT WITH QUOTATION: 1. Primary point of contact information including direct e-mail address. 2. Vendor place of performance including satellite locations during performance of the contract. 3. Price Sheet - detailed pricing for all years. Shall include recurring costs and one time fees. 4. Company Dun & Bradstreet Number (DUNS)* 5. Company Tax Payer Identification Number (TIN)* (* Numbers used to create SAM registration) 6. Provisions - complete as applicable if the company is not already registered with System for Award Management (SAM) www.sam.gov under the Representations and Certifications section. Prospective vendors shall be properly registered in www.sam.gov. This includes proper registration as a small business including any subcategory claimed such as (HUBZone, 8(a), Service Disabled Veteran Owned, Veteran Owned, Women-Owned, Small Disadvantaged) in order for IHS to issue an award and claim procurement actions with eligible small business vendors. SCOPE OF WORK: Wired telephone service (Cloud-based is not authorized) for the IHS Rhinelander Wisconsin field office. 22 Centrex Telephone Lines. 6-way calling capabilities for 2 lines Voicemail service for 19 lines Centrex Service. Centrex telephone service (with supporting hardware at off-site vendor facility) shall include unlimited local calling as well as a standard package of features including the following: call forwarding, call pickup, call hold, speed calling, etc. Optional features, to be provided, as specified, shall also include voice mail, caller ID, 6-way calling distinctive ring, etc. Service is for an office building with existing telephone service including a working internal phone wiring network and handset units. PERIOD OF PERFORMANCE: 12 month base year. 4 - 12 month option years. FEDERAL ACQUISITION REGULATION (FAR) 52.252-2 CLAUSES INCORPORATED BY REFERENCE. This contract incorporates one or more clauses by reference, with same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: www.acquisition.gov 52.204-13 System for Award Management Maintenance. (Jul 2013) 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) 52.213-4 Terms and Conditions-Simplified Acquisitions (Other Than Commercial Items) (May 2015) 52.217-8 Option to Extend Services (Nov 1999) 52.224-1 Privacy Act Notification (Apr 1984) 52.224-2 Privacy Act (Apr 1984) 52.232-18 Availability of Funds. 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.239-1 Privacy or Security Safeguards 52.243-1 Changes-Fixed Price. (AUG 1987) 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond 09/30/2016. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 09/30/2016, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) ELECTRONIC AND INFORMATION TECHNOLOGY: Part 39, 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) Architectural and Transportation Barriers Compliance Board Electronic and Information Technology (EIT) Accessibility Standards (36 CFR Part 1194). 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT. (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 (years). HEALTH & HUMAN SERVICES ACQUISTION REGULATION (HHSAR) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.hhs.gov/policies/hhsar/subpart301-1.html 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (January 2010) 352-223-70 Safety and Health (January 2006) 352.224-70 Privacy Act (January 2006) 352.227-70 Publications and Publicity 352.231-71 Pricing of Adjustments 352.239-72 Security Requirements for Federal Information Technology Resources (January 2010) 352.242-71 Tobacco-free Facilities (January 2006) 352.270-2 Indian Preference (April 1984) 352.270-3 Indian Preference Program (January 2006) PROVISIONS 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.acquisition.gov 52.212-1 Instructions to Offerors-Commercial Items (Apr 2014) 52.212- 3 Offeror Representations and Certifications - Commercial Items (May 2014) All documents submitted must be clear and legible in order to be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BEM/RFQ-IHS1298318/listing.html)
 
Place of Performance
Address: 9A South Brown Street, Rhinelander, Wisconsin, 54501, United States
Zip Code: 54501
 
Record
SN04186075-W 20160720/160718234458-685f85fd3432df158742ddd9de1bb0c4 (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  © 1994-2020, Loren Data Corp.