Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2017 FBO #5777
SOLICITATION NOTICE

65 -- Total ISBEE Set-Aside: GE X-Ray Systems - Attachments

Notice Date
9/15/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy, 801 Thompson, TMP 605, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
17-236-SOL-00070
 
Archive Date
10/7/2017
 
Point of Contact
Paul B. Premoe, Phone: 3014434470
 
E-Mail Address
paul.premoe@ihs.gov
(paul.premoe@ihs.gov)
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
Brand Name Justification NAIHS_X-Ray_CLINs_Chart (i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and 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. (ii) Solicitation number 17-236-SOL-00070 applies, and is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. (iv) This requirement is a total Indian Small Business Economic Enterprise (ISBEE) set-aside and the associated NAICS is 334510 with small business size standard of 1,250 employees. Non-ISBEE offerors will not be considered for the award. (v) See the attached Contract Line Items (CLINs) chart for the descriptions and part numbers. The offerors shall provide unit prices and total price of each line item and quotation. (vi) Navajo Area Indian Health Service (NAIHS) is currently utilizing GE medical systems CT Scanners, Radiographic and Fluoroscopic, and C-arm systems throughout the NAIHS. The purpose of this brandname acquisition is to replace old and obsolete systems with the new GE products listed in the attached CLINs chart. This is a total firm fixed price requirement. (vii) Delivery and acceptance terms for this order is FOB Destination. Deliveries will be made to the various healthcare sites listed in the attached CLINs chart. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017). (ix) 52.212-2, Evaluation - The award will be made to the lowest priced technically acceptable offeror. To be considered for the award, the offeror shall provide a reseller/partnership certification that evidences the company's eligibility and capability to provide the requested GE equipment. Furthermore, the offeror shall conform to the following requirements in the quotation: only manufacture certified original and new equipment should be quoted; no grey market or refurbished equipment should be quoted; all miscellaneous parts and cables must be vendor certified original and new; and Only GE provided warranty coverage and trainings shall be quoted. Only the exact products with the provided part numbers shall be quoted. The total price derived by with the quantities all items listed in the attached CLINs chart will used to determine the lowest priced offeror. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Jan 2017) applies to this acquisition. The following addendum applies: Email Addresses for submission of invoices are paul.premoe@ihs.gov, COR's email (To Be Provided), and HQInvoices@ihs.gov. (xii) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Jan 2017) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). (2) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). (3) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). (4) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). (5) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). (6) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). (7) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (8) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (9) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). (10) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (11) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (12) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (13) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (14) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (15) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (16) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (17) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) (18) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). (19) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) (20) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 (21) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). (22) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). (23) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (24) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). (25) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (26) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (3) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (4) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (5) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (End of Clause) (xiii) (a) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) & 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) applies to the RFQ. This solicitation incorporates solicitation provisions and 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. 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 address: www.acquisition.gov/far/. (b) The following HHSAR clauses are incorporated to this RFQ: (1) 326.6-Acquisitions Under The Buy Indian Act, 25 U.S.C. 47 (2) 352.215-70 Late Proposals and Revisions (Dec2015) (3) 352.223-71 Instructions to Offerors-Sustainable Acquisition (Dec 2015) (4) 352.226-1 Indian Preference (Dec 2015) (5) 352.226-2 Indian Preference Program (Dec 2015) (6) 352.226-3 Native American Graves Protection and Repatriation Act (Dec 2015) (xiv) n/a (xv) Proposals are due by 12:00 PM EST on 22 September 2017. Email the proposal to paul.premoe@ihs.gov. Questions are due on 19 September 2017 by 2:00 p.m. EST. Offeror must confirm IHS' receipt of their proposal. (xvi) POC is Paul Premoe, Contracting Officer, paul.premoe@ihs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/17-236-SOL-00070/listing.html)
 
Record
SN04679400-W 20170917/170915231157-fc34b631d0ed00d61efb69596d43efc8 (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.