Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
MODIFICATION

71 -- Sit-to-Stand Desktop Workstations - Questions and Answers

Notice Date
3/7/2018
 
Notice Type
Modification/Amendment
 
NAICS
337211 — Wood Office Furniture Manufacturing
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy, 5600 Fishers Lane, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
18-236-SOL-00024
 
Archive Date
3/24/2018
 
Point of Contact
Reginald A. Lee, Phone: 3014432496
 
E-Mail Address
reginald.lee@ihs.gov
(reginald.lee@ihs.gov)
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
Answers to the Questions and Photos (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 18-236-SOL-00024 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 2005-96. (iv) This requirement is a total Indian Small Business Economic Enterprise (ISBEE) set-aside and the associated NAICS is 337211 with small business size standard of 1,000 employees. Non-ISBEE offerors will not be considered for the award. (v) The Contract Line Items (CLINs) structure is as shown below. CLIN 0001: Sit Stand Workstation Option, Min 1/Max 100_ Unit Price - $ CLIN 0002: Dual Monitor Support Arm Option, Min 1/Max 100_Unit Price - $ CLIN 0003: On-Site Installation, Min 1/Max 200_Unit Price - $ (vi) The purpose of this acquisition is to purchase the standing desks/dual monitor support arms for the Indian Health Service Headquarters. There are three desk area sizes for these standing workstation and support arms: 55x32x93x24; 24x48; and 24/67. (vii) Delivery and acceptance terms for this order is FOB Destination. Delivery Addresses: Indian Health Service, 5600 Fishers Lane, Rockville, MD 20857. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017). (ix) 52.212-2, Evaluation - Best Value Award(s) will be made. The government reserves right to make multiple and/or split award(s) if the CO considers the approach to be in the best interest of the government. Technical Factors are: 1) The offeror's product description that includes pictures, sizes, usability, etc. Only the standing alone solution will be accepted by the government. Workstations must not require restructuring of drilling to the existing furniture. 2) Delivery Time 3) Installation Plan and 4) The offeror's relevant past performance information. Technical factors when combined, are, equally important as price. The price evaluation of the each CLIN will be made by multiplying the unit price of the offeror's product with the quantity of 100. (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, 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) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). (2) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (3) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (4) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). (5) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (6) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (7) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (8) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (9) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (10) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (11) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (12) 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.) (13) (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.) (14) 52.223-1 -- Biobased Product Certification (Sep 2013) (15) 52.223-2 -- Affirmative Procurement of Biobased Products Under Service And Construction Contracts (Sep 2013) (16) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). (17) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (18) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). (19) 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). (20) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). (End of Clause) (xiii) 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 address: www.acquisition.gov/far/. (xiv) n/a (xv) Proposals are due by 2:00 PM EST on 9 March 2018. Email the proposal to reginald.lee@ihs.gov. Questions are due on 28 February by 6:00 p.m. EST. Offeror must confirm IHS' receipt of their proposal. (xvi) POC is Reginald Lee, Contract Specialist, reginald.lee@ihs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/18-236-SOL-00024/listing.html)
 
Place of Performance
Address: 5600 Fishers Lane, Rockville, Maryland, 20857, United States
Zip Code: 20857
 
Record
SN04845592-W 20180309/180307231247-70db72cc5530a28bc253401f9eca055f (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.