Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2019 FBO #6507
SOLICITATION NOTICE

66 -- IHS1383994 - ECR Analyzers - CRSU - Combined Synopsis

Notice Date
9/17/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Phoenix Area Office, 40 N Central Avenue, Phoenix, Arizona, 85004-4424
 
ZIP Code
85004-4424
 
Solicitation Number
RFQ-19-PHX-80
 
Archive Date
10/8/2019
 
Point of Contact
Ashley B. Velasquez, Phone: 6023645016
 
E-Mail Address
ashley.velasquez@ihs.gov
(ashley.velasquez@ihs.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Statement of work Combined synopsis This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation # RFQ-19-PHX-80 and this notice is issued as a Request for Quotation (RFQ). This is a combined synopsis/solicitation for commercial commodities/services. Submit written quotes only, oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). This requirement is under North American Industrial Classification Standard (NAICS) codes: 334510 and 334516; Small Business Size Standard: 500 Employees. This requirement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside. Offerors that do not fall into this category will not be considered for award. REQUIREMENTS: Indian Health Service (IHS) - Phoenix Area Office (PAO), 40 North Central Ave., Phoenix, Arizona 85004-4424 has a requirement for Erythrocyte Sedimentation Rate analyzers for two laboratories in the Colorado River Service Unit (CRSU) for the measurement of the erythrocyte sedimentation rate in blood specimens. This procurement is for NEW Equipment ONLY; no remanufactured, refurbished or "gray market" items. Vendor shall be an Original Equipment Manufacturer (OEM authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All, warranty and service associated with the equipment shall be in accordance with the OEM terms and conditions. All Equipment must be covered by the manufacturer's warranty. The quote MUST include a copy of the authorized distributor letter from the manufacturer to verify that the vendor is an authorized distributor of the products being quoted. If any of the items are end-of-life, please quote the newer model, and provide the specifications to demonstrate equal product. If quote is for an Equal item, to the listed Brand Name, the vendor must provide specifications to demonstrate equal product. DELIVERY LOCATION(S): COLORADO RIVER SERVICE UNITS PARKER LAB: PEACH SPRINGS LAB: 12033 AGENCY RD PO BOX 190, 943 HUALAPAI WAY PARKER, AZ 85344 PEACH SPRINGS, AZ 85434 QUESTIONS DUE DATE: 09/18/2019 5:00 PM Eastern Daylight Savings Time (EDT) - all questions must be submitted via email. QUOTE DUE DATE: 09/23/2019 12:00 PM EDT PRICING: CLIN DESCRIPTION QUANTITY UNIT PRICE UNIT TOTAL 0001 Mini-Cube Analyzer 2 Each 0002 ESR Printer 2 Each 0003 ESR Scanner 2 Each 0004 ESR Paper 10 Each 0005 Transponder (500 tests) 2 Each Quotes must be submitted electronically to Ashley.Velasquez@ihs.gov. To be considered responsive: All equal quotes must contain technical information that supports the requirements outlined in the Statement of Work. This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation to the lowest priced responsive and responsible vendor on an all or none basis; meaning that the vendor must be able to supply the total quantity requested of the acquisition to be considered for award. Technical acceptance will be passed upon the salient characteristics identified in the Statement of Work. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-04_2 dated 09-06-2019. The provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. The full text of FAR provisions or clauses may be accessed electronically at g http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items JAN 2017 FAR 52.212-3, Offerors Representations and Certifications Commercial Items NOV 2017 Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. CLAUSES INCORPORATED BY REFERENCE: The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. 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/these address (es): https://www.acquisition.gov/far/ (FAR) and (HISR); 52.212-1 Instructions to Offerors - Commercial Items (OCT 2015) 52.212-3 Offeror Representations and Certification - Commercial Items (MAR 2016); 52.212-4 Contract Terms and Conditions Commercial Items (MAY 2015); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAR 2016); 52.217-5 Evaluation of Options (JULY 1990); 52.217-8 Option to Extend Services (NOV 1999); 52.217-9 Option to Extend the Term of the Contract (MAR 2000); 52.222-3 Convict Labor (JUN 2003); 52.222-21 Prohibition of Segregated Facilities (APR 2015); 52.222-26 Equal Opportunity (APR 2015); 52.222-36 Equal Opportunity For Workers With Disabilities (JUL 2014); 52.222-41 Service Contract Labor Standards (MAY 2014); 52.225-1 Buy American Act - Supplies (FEB 2009); 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (JUL 2013) (31 U.S.C. 3332); 52.232-34 Payment by Electronic Funds Transfer - Other than System for Award Management (MAY 1999); 52.233-2 Service of Protest (SEP 2006) 52.252-1 Solicitation Provisions Incorporated by Reference 52.204-7 System for Award Management (JUL 2013); 13.5 ADDENDUM - ADDENDUM to FAR 52.212-5 Instructions to Offerors - Commercial Items Sub-Part 13.5 Simplified Procedures for Certain Commercial Items
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-PHOENIX/RFQ-19-PHX-80/listing.html)
 
Place of Performance
Address: COLORADO RIVER SERVICE UNITS, PARKER LAB:PEACH SPRINGS LAB:, 12033 AGENCY RDPO BOX 190, 943 HUALAPAI WAY, PARKER, AZ 85344PEACH SPRINGS, AZ 85434, United States
Zip Code: 85434
 
Record
SN05448029-W 20190919/190917231151-ceafd9e80251bad533dc4684d3a717d6 (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.