Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2025 SAM #8606
SOLICITATION NOTICE

66 -- Laboratory Supply

Notice Date
6/17/2025 12:35:03 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
INDIAN HEALTH SERVICE PORTLAND OR 97209 USA
 
ZIP Code
97209
 
Solicitation Number
75H71325Q00031
 
Response Due
6/27/2025 5:00:00 PM
 
Archive Date
07/12/2025
 
Point of Contact
Jacob Blalock, Phone: 5033047661, Fax: 5033047677, Portland Area Acquisitions
 
E-Mail Address
jacob.blalock@ihs.gov, PORAOAcquisition@ihs.gov
(jacob.blalock@ihs.gov, PORAOAcquisition@ihs.gov)
 
Small Business Set-Aside
ISBEE Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation no. 75H71325Q00031 has been issued as a Request for Quotation (RFQ) for a firm fixed price commercial supply contract for Laboratory Supply. See ATTACHMENT 1 � SCHEDULE OF ITEMS - VOLUME I - BASE PERIOD for a complete list of line items to be provided under the resulting contract. Also see ATTACHMENT 8 � LABORATORY SUPPLY - STATEMENT OF WORK for additional details regarding performance requirements under the resulting contract. The performance period includes a base period of one (1) year and four (4) option periods of one (1) year each. The delivery location and place of acceptance is Chemawa Indian Health Center, Salem, Oregon, 97305, F.O.B. Destination. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04 dated June 11, 2025. The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation � Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: price and past performance. Offerors are advised to submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications � Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders � Commercial Items, applies to this acquisition and these clauses: FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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: http://www.acquisition.gov. 52.202-1, Definitions (Jun 2020), 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021), 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023), 52.204-13, System for Award Management Maintenance (Oct 2018), 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020), 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023), 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded (Jan 2025), 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020), 52.222-3, Convict Labor (June 2003), 52.222-21, Prohibition of Segregated Facilities (Apr 2015), 52.222-26, Equal Opportunity (Sept 2016), 52.222-35, Equal Opportunity for Veterans (Jun 2020), 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020), 52.222-37, Employment Reports on Veterans (Jun 2020), 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010), 52.222-50, Combating Trafficking in Persons (Nov 2021), 52.223-6, Drug-Free Workplace (May 2001), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021), , 52.229-3, Federal, State, and Local Taxes (Feb 2013), 52.229-4, Federal, State, and Local Taxes (State and Local Adjustments) (Feb 2013), 52.232-1, Payments (Apr 1984), 52.232-8, Discounts for Prompt Payment (Feb 2002), 52.232-17, Interest (May 2014), 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018), 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023), 52.233-1, Disputes (May 2014), 52.233-3, Protest after Award (Aug 1996), 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984), 52.237-3, Continuity of Services (Jan 1991) FAR 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): http://www.acquisition.gov. 52.204-7, System for Award Management (Nov 2024), 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020), 52.209-7, Information Regarding Responsibility Matters (Oct 2018) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (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. DEPARTMENT OF HEALTH AND HUMAN SERVICES ACQUISITION REGULATION (HHSAR) (48 CFR CHAPTER 3) CLAUSES: 352.239-73, Electronic and Information Technology Accessibility Notice (Dec 2015), 352.239-74, Electronic and Information Technology Accessibility (Dec 2015) This requirement is set-aside for Indian Small Business Economic Enterprises (ISBEEs). The NAICS code is 334516 and the small business size standard is 1,000 employees. ATTACHMENTS ATTACHMENT 1 � SCHEDULE OF ITEMS - VOLUME I - BASE PERIOD ATTACHMENT 2 � ATTACHMENT 2 - SCHEDULE OF ITEMS - VOLUME II - OPTION PERIOD I ATTACHMENT 3 � ATTACHMENT 3 - SCHEDULE OF ITEMS - VOLUME III - OPTION PERIOD II ATTACHMENT 4 � ATTACHMENT 4 - SCHEDULE OF ITEMS - VOLUME IV - OPTION PERIOD III ATTACHMENT 5 � ATTACHMENT 4 - SCHEDULE OF ITEMS - VOLUME IV - OPTION PERIOD III ATTACHMENT 6 � ATTACHMENT 6 - SCHEDULE OF ITEMS - VOLUME VI - GRAND TOTAL ATTACHMENT 7 � IHS IEE REPRESENTATION FORM ATTACHMENT 8 � LABORATORY SUPPLY - STATEMENT OF WORK ATTACHMENT 9 � BRAND NAME JUSTIFICATION QUOTATION INSTRUCTIONS: (a) The basis for award is lowest price technically acceptable (LPTA). Award will be made to the responsible offeror whose quote conforming to the solicitation is made at the lowest price. Each offeror will submit completed copies of ATTACHMENT 1 - SCHEDULE OF ITEMS - VOLUME I - BASE PERIOD and ATTACHMENT 6 - SCHEDULE OF ITEMS - VOLUME VI - GRAND TOTAL. Any year-over-year price increases should be entered in completed copies of ATTACHMENT 2, 3, 4, or 5. The Government may determine that an offer is unacceptable if the prices of individual line items are significantly unbalanced. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the prices of individual options are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) IHS IEE Representation form. Each offeror will submit a completed copy of ATTACHMENT 7 - IHS IEE REPRESENTATION FORM. (d) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (e) Award will be made to the responsible respondent pursuant to FAR subpart 9.1. Quotes are due by June 27, 2025 at 5:00 PM PDT by email to jacob.blalock@ihs.gov and PORAOAcquisition@ihs.gov. E-mail subject line shall include the solicitation number �75H71325Q00031/VENDOR NAME�. For information regarding this solicitation, contact Jacob Blalock by email at jacob.blalock@ihs.gov and copy PORAOAcquisition@ihs.gov. Questions by telephone will not be considered.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5a6078f36e724922b1e3827741298b4d/view)
 
Place of Performance
Address: OR 97305, USA
Zip Code: 97305
Country: USA
 
Record
SN07481271-F 20250619/250617230054 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.