Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2018 FBO #6151
MODIFICATION

65 -- Teleophthalmology System and Related Services - Amendment 1

Notice Date
9/24/2018
 
Notice Type
Modification/Amendment
 
NAICS
339112 — Surgical and Medical Instrument 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-00068
 
Archive Date
10/12/2018
 
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
Attachment 3. Quotation Submission Requirement Amendment 0002 Attachment 1. Scope of Work Amendment 0002 SF30 RFQ Amendment 0002 (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-00068 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 2005-100. (iv) This requirement is a total Small Indian Owned Business set-aside and the associated NAICS is 339112 with small business size standard of 1000 employees. Non-Small Indian Owned Business offerors will not be considered for the award. See 25 U.S.C. 47 for the details. (v) The Contract Line Items (CLINs) structure is as shown below. The line items for the services, CLINS 0001-0004 & 0010-0013, must include the service/labor charges only as the travel cost will be reimbursed under Federal Travel Regulation guideline. Also, the line items for the equipments, CLINS 0005-0009 & 0014-0018, should be priced without including shipping charge. The award will include a separate CLIN for the contractor travel and shipping charges. [Base Period | CLIN 0001]: Deployment/On Site Logistics, Minimum Qty - 10, Not-To-Exceed (NTE) Qty - 28, Unit Price $______, Total Price $______ [Base Period | CLIN 0002]: JVN Service and Support Logistics, Minimum Qty -4, Not-To-Exceed (NTE) Qty - 13, Unit Price $______, Total Price $______ [Base Period | CLIN 0003]: Reading Training, Minimum Qty -1, Not-To-Exceed (NTE) Qty - 1, Unit Price $______, Total Price $______ [Base Period | CLIN 0005]: IAS Camera, deployment logistics & warranty, Minimum Qty - 10, Not-To-Exceed (NTE) Qty - 28, Unit Price $______, Total Price $______ [Base Period | CLIN 0006]: IAS Workstation, Minimum Qty -10, Not-To-Exceed (NTE) Qty - 33, Unit Price $______, Total Price $______ [Base Period | CLIN 0007]: Deployment Table, Minimum Qty -10, Not-To-Exceed (NTE) Qty - 25, Unit Price $______, Total Price $______ [Base Period | CLIN 0008]: Advance Camera System, Minimum Qty -3, Not-To-Exceed (NTE) Qty - 12, Unit Price $______, Total Price $______ [Base Period | CLIN 0009]: Advance Camera System, Minimum Qty - 1, Not-To-Exceed (NTE) Qty - 2, Unit Price $______, Total Price $______ [Option Period | CLIN 0010]: Deployment/On Site Logistics, Not-To-Exceed (NTE) Qty - 28, Unit Price $______, Total Price $______ [Option Period | CLIN 0011]: JVN Service and Support Logistics, Not-To-Exceed (NTE) Qty - 13, Unit Price $______, Total Price $______ [Option Period | CLIN 0012]: Reading Training, Not-To-Exceed (NTE) Qty - 1, Unit Price $______, Total Price $______ [Option Period | CLIN 0014]: IAS Camera, deployment logistics & warranty, Not-To-Exceed (NTE) Qty - 28, Unit Price $______, Total Price $______ [Option Period | CLIN 0015]: IAS Workstation, Not-To-Exceed (NTE) Qty - 33, Unit Price $______, Total Price $______ [Option Period | CLIN 0016]: Deployment Table, Not-To-Exceed (NTE) Qty - 25, Unit Price $______, Total Price $______ [Option Period | CLIN 0017]: Advance Camera System, Not-To-Exceed (NTE) Qty - 12, Unit Price $______, Total Price $______ [Option Period | CLIN 0018]: Advance Camera System, Not-To-Exceed (NTE) Qty - 2, Unit Price $______, Total Price $______ Total Fixed Price with NTE Quantity Ceiling: $____________ (vi) This fixed priced, Indefinite Delivery Indefinite Quantity (IDIQ) requirement is to acquire specialized teleophthalmology system and related services for the Indian Health Service (IHS) Joslin Vision Network (JVN). IHS is soliciting OPTOS Dayton system with AF, P200X UWF SLO camera only as it is the only UWF (Ultra-wide Field) camera that has been validated for the JVN system. JVN Centers cannot plug-in not-validated camera into its system since the Center shall be qualified to conduct valid Diabetic Retinopathy exams. However, brandname or equal items will be considered for the award as specified in the attached Scope of Work (Attachment 1). (vii) Delivery and acceptance terms for this order is FOB Destination. Delivery Addresses: See Attachment 2 - Service Locations. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Aug 2018) applies to this acquisition. (ix) 52.212-2, Evaluation -- Commercial Items (Oct 2014) (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 following factors shall be used to evaluate offers: 1) Technical Capability; 2) Key Person; 3) Relevant Past Performance; and 4) Price. Technical Factors, when combined, are more important than price. All non-price factors are of equal importance. See Attachment 3, Quotation Submission Requriement, for details. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Aug 2018), 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 (Aug 2018) (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) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (5) 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 (Sept 2006), 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) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). (4) 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). (5) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). (6) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). (7) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). (8) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (9) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (10) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). (11) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (12) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (13) (i) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (14) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (15) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (16) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (17) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (18) 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.) (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) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693). (21) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). (22) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 (23) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514). (24) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). (25) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). (26) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (27) 52.225-5, Trade Agreements (Aug 2018) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). (28) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (29) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). (30) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (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 (Aug 2018) (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) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (5) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (6) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). (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) Quotes are due by 6:00 PM EST on 27 September 2018. Email the proposal to paul.premoe@ihs.gov. Questions are due on 26 September 2018 by 12:00 PM EST. Offeror must confirm IHS' receipt of their quote. (xvi) POC is Paul Premoe, Contract Specialist, paul.premoe@ihs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/18-236-SOL-00068/listing.html)
 
Record
SN05102224-W 20180926/180924230905-eab53479bfb64ac2fb01c31003fd5309 (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.