SOLICITATION NOTICE
W -- Multi-Function Device (MFD) Lease Agreement and PM; to include: Lease, Maintenance, and Overages.
- Notice Date
- 6/20/2025 9:19:07 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532420
— Office Machinery and Equipment Rental and Leasing
- Contracting Office
- OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
- ZIP Code
- 73114
- Solicitation Number
- 246-25-Q-0068
- Response Due
- 6/27/2025 2:30:00 PM
- Archive Date
- 07/12/2025
- Point of Contact
- Amber Chavez
- E-Mail Address
-
amber.chavez@ihs.gov
(amber.chavez@ihs.gov)
- Small Business Set-Aside
- BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ). Submit only written quotes for 246-25-Q-0068 for Copier Lease and Maintenance RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. This solicitation is a 100% BUY INDIAN set-aside. The associated NAICS code is 532420 with a small business size standard of $32.5 Million. This RFQ contains five (5) Line Item for copier lease, maintenance, and overages services for a base year plus four option year as follows: CLIN DESCRIPTION QTY UNIT Unit Price TOTAL 0001 12/28/2025 � 12/27/2026 � BASE YEAR � Lease of Copiers, to include Lease, Maintenance and Overages according to the attached statement of work. 12 MO OPTION YEAR 1 0002 12/28/2026 � 12/27/2027 � OPTION YEAR ONE� Lease of Copiers, to include Lease, Maintenance and Overages according to the attached statement of work. 12 MO OPTION YEAR 2 0003 12/28/2027 � 12/27/2028 � OPTION YEAR TWO � Lease of Copiers, to include Lease, Maintenance and Overages according to the attached statement of work. 12 MO OPTION YEAR 3 0004 12/28/2028 � 12/27/2029 � OPTION YEAR THREE � Lease of Copiers, to include Lease, Maintenance and Overages according to the attached statement of work. 12 MO OPTION YEAR 4 0005 12/28/2029 � 12/27/2030 � OPTION YEAR FOUR � Lease of Copiers, to include Lease, Maintenance and Overages according to the attached statement of work. 12 MO PERIOD OF PERFORMANCE: Base Year: 12/28/2025 through 12/27/2026 Option Year 1: 12/28/2026 through 12/27/2027 Option Year 2: 12/28/2027 through 12/27/2028 Option Year 3: 12/28/2028 through 12/27/2029 Option Year 4: 12/28/2029 through 12/27/2030 Vendor Requirements: See attached Statement of Work document for requirements, location, and instructions. STATEMENT OF WORK IS ATTACHED TO THIS COMBINED SYSNOPSIS SOLICITATION Submit Quotes no later than: 06/23/2025 4:30 p.m. CST to the Following Point of Contact: Mrs. Amber Chavez, Purchasing Agent, via Email: amber.chavez@ihs.gov. Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (completed as follows): (a) The Government will award a firm fixed price 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: Comparative Analysis - Price will be evaluated on base plus option year pricing (combined). - Comparison will be on the following elements: - Equipment - Operations and Maintenance - Migration and Implementation - Past Performance - Offers shall submit a list of proposed equipment that meets the requirements of the statement of work. To be considered technically acceptable, the proposed equipment must meet or exceed the below requirements: Comparative Analysis is a form of evaluation that allows the Government to compare major elements of a proposal to select the best value to the Government. (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 option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). This solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below. Terms and conditions other than those stated will not be accepted. The above pricing is all inclusive. PROVISIONS: The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offeror- Commercial Items (Sep 2023); FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (May 2024) (the offeror should include a completed copy of this provision with their quote). CLAUSES: The following FAR clauses apply to this solicitation: PROVISIONS: 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): https://www.acquisition.gov/browse/index/far FAR 52.211-6, Brand Name or Equal (AUG 1999); FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023); FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024); FAR 52.217-5, Evaluation of Options (JULY 1990); FAR 52.222-22, Previous Contract and Compliance Reports (Feb 1999); FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification. (MAY 2014) FAR 52.252-5, Authorized Deviations in Provisions (Nov 2020); HHSAR 352.223-71, Instructions to Offerors � Sustainable Acquisition (Dec 2015); HHSAR 352.226-4, Notice of Indian Small Business Economic Enterprise set-aside (Jan 2022); HHSAR 352.226-7, Indian Economic Enterprise Representation (Jan 2022); HHSAR 352.239-72, Information System Security Plan and Accreditation (Feb 2024); HHSAR 352.239-78, Information and Communication Technology Accessibility Notice (Feb 2024) (DEVIATION); (The offeror should include a completed copy of these provisions with their quote) 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(es): https://www.acquisition.gov/browse/index/far FAR 52.203-17 Contractor Employee Whistleblower Rights (Nov 2023); FAR 52.204-9 Personal Identity Verification of Contractor Personnel. (Jan 2011); FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020); FAR 52.204-14 Service Contract Reporting Requirements (Oct 2016); FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems. (Nov 2021); FAR 52.204-27 Prohibition on a ByteDance Covered Application (Jun 2023); FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021); FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Products and Commercial Services (May 2024); FAR 52.217-8 Option to Extend Services (Nov 1999); FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000); FAR 52.222-3 Convict Labor (Jun 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2025); FAR 52.222-21 Prohibition of Segregated Facilities. (Apr 2015); FAR 52.222-26 Equal Opportunity (Sep 2016); FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36 Equal Opportunity for Workers with Disabilities. (June 2020); FAR 52.222-37 Employment Reports on Veterans. (Jun 2020); FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. (Dec 2010); FAR 52.222-41 Service Contract Labor Standards. (Aug 2018); FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts). (Aug 2018); FAR 52.222-50 Combating Trafficking in Persons (Nov 2021); FAR 52.226-8 Encouraging Contractor Policies to Ban text Messaging While Driving (MAY 2024); FAR 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Oct 2018); FAR 52.239-1 Privacy or Security Safeguards (Aug 1996); HHSAR CLAUSES: HHSAR 352.203-70, Anti-lobbying (Dec 2015); HHSAR 352.204-71, Information and Information Systems Security (DEVIATION) (Feb 2024); HHSAR 352.204-72, Records Management (DEVIATION) (Feb 2024); HHSAR 352.204-73, Contractor Personnel Security and Agency Access (DEVIATION) (Feb 2024); HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015); HHSAR 352.224-71, Confidential Information (Feb 2024); HHSAR 352.226-6, Indian Economic Enterprise Subcontracting Limitations (Dec 2015); HHSAR 352.232-71, Electronic submission of payment requests (FEB 2022); HHSAR 352.239-79, Information and Communication Technology Accessibility (Feb 2024) (DEVIATION); SECURITY CLEARANCE In accordance with Homeland Security requirements all contractor employees who will perform the task order services shall submit to electronic fingerprints and obtain security clearance before services can be performed under this purchase order. FAR 52.204-9 PERSONAL Identity Verification of Contractor Personnel (Jan 2011) (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24 and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall account for all forms of Government-provided identification issued to the Contractor employees in connection with performance under this contract. The Contractor shall return such identification to the issuing agency at the earliest of any of the following, unless otherwise determined by the Government: (1) When no longer needed for contract performance. (2) Upon completion of the Contractor employee�s employment. (3) Upon contract completion or termination. (c) The Contracting Officer may delay final payment under a contract if the Contractor fails to comply with these requirements. (d) The Contractor shall insert the substance of this clause, including this paragraph (d), in all subcontracts when the subcontractor�s employees are required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. It shall be the responsibility of the prime Contractor to return such identification to the issuing agency in accordance with the terms set forth in paragraph (b) of this section, unless otherwise approved in writing by the Contracting Officer. Miscellaneous: NO FAX QUOTATIONS ELECTRONIC SUBMISSIONS � SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (amber.chavez@ihs.gov) All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award. Please submit the following information with each quote: Vendor Name, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability. Failure to provide sufficient technical detail may result in rejection of your quote. Statement of Work (SOW) Multi-Function Device (copier, fax, scan, email) Lease 1. PURPOSE OF THE PROJECT The Indian Health Services (IHS) requires contract lease and preventive maintenance for 21 Multifunction Copier, Print, Fax, and Scanner equipment at the Pawnee Indian Health Center at 1201 Heritage Circle, Pawnee, Oklahoma 74058. The annual lease is based on a monthly rate for equipment of a type and quantity to meet the Health Center's needs for copying, faxing, and scanning. Also included in this SOW will be the toner(s) per machine, which is rated monthly at 120,000 black and white copies and 15000 color copies and prints per month. 2. DETAILED DESCRIPTION OF THE TECHNICAL REQUIREMENTS The contractor shall provide the following: Each leased unit will have the following minimal capabilities: Copy, Fax, Print, Scan, and sort in black and white and color where specified with both legal and letter sized paper. Each leased unit shall be able to receive faxes to a network directory folder, as well as scan to a network destination and be able to Fax from a desktop within the IHS network operation and policy requirements. The copiers have to connect and function with our health systems. RPMS (Resource Patient Management System) computer language mump and cache� within a Windows environment. Two (2) Large Capacity Color Units will meet the minimum capabilities as stated below: Four 550 sheet drawers Saddle Stitch Finisher/ 65 sheet staple 2-3 hole punch Max paper size 12x18 500 GB hard drive Analog Faxing capability Right side exit tray unit to separate fax and print/copy jobs Copy, scan, and print speed up to 50 pages per minute Fax from desktop Scan and Fax to network directory Units to be placed in the Administration and Community Health Departments. Five (5) Large Capacity B&W Units will meet the minimal capabilities as stated below, Four 550 sheet drawers 3,000 stacking finisher 2-3 hole punch Analog Faxing capability Dual Fax Boards Right side exit tray unit to separate fax and print/copy jobs Copy, scan, and print speed up to 50 pages per minute Fax from desktop Scan and Fax to network directory Units to be placed in the Business Office, Medical Clinic Front Office, Purchase Referred Care, Human Resources and Health Information Management Departments. Fourteen (14) Medium Capacity B&W Units will meet the minimal capabilities as stated below, Two 550 sheet drawers Cabinet/Stand Analog Faxing capability Right side exit tray unit to separate fax and print/copy jobs Copy, scan, and print speed up to 35 pages per minute Fax from desktop Scan and Fax to network directory Units to be placed in Dental, Audiology, Facilities Management, Property, Specialty Clinic, Medical/Nursing, Pharmacy, Optometry, Lab/Radiology, Physical Therapy, Purchased Referred Care (x3), and Behavioral Health Departments. 3. PERIOD OF PERFORMANCE The base year Period of Performance will be 12 months from date of award with four (4) twelve (12) month option years. Base Year: 12/28/2025 � 12/27/2026 Option Year 1: 12/28/2026 � 12/27/2027 Option Year 2: 12/28/2027 � 12/27/2028 Option Year 3: 12/28/2028 � 12/27/2029 Option Year 4: 12/28/2029 � 12/27/2030 4. LEVEL OF EFFORT 4.1. The contractor shall provide a 4-hour response time for service calls and tickets. 4.2. The contractor shall promptly provide service loaners when needed in the event of a machine failure to include training upon request after delivery of loaner. The loaner equipment must meet or exceed specifications of the copier it is replacing. 4.3. Training: The contractor shall provide training on usage and functions, new and old. 5. SPECIAL REQUIREMENTS 5.1. In accordance with HHSAR 304.1303, To ensure compliance with Homeland Security Presidential Directive-12: Policy for a Common Identification Standard for Federal Employees and Contractors (HSPD-12) It is the IHS policy that all staff and contractors who require physical access to federally controlled facilities and logical access to the IHS Information Technology (IT) networks and systems must obtain an HSPD-12-compliant access card. Individuals will be issued an access card upon meeting the HSPD-12 requirements and a favorable background investigation. 5.2. The USPHS Pawnee Indian Health Center is a tobacco/smoke free environment (buildings and grounds). No tobacco/smoking use will be tolerated during service. 5.3. Security Requirements: Contractor personnel will be required to contact the government designated point of contact upon arrival when reporting for service calls or delivery supplies. The contractor shall be responsible for the security of all organizational information. Current rules and regulations applicable to the premises, where the work shall be performed shall apply to the contractor and its employees while working on the premises. These regulations include but are not limited to, escort by Pawnee Indian Health Center official, presenting valid identification, smoking restriction and any safety procedures. 5.4. The contractor shall not disclose or cause to disseminate any information concerning operations of Pawnee Indian Health Center. Such action(s) could result in violation of the contract and possible legal actions. 5.4.1. All inquiries, comments, or complaints arising from any matter observed, experienced or learned of as a result of or in connection with the performance of the contract, the resolution of which may require the dissemination of official information, shall be directed to the government�s designated representative. 5.5. Section 508 and Accessibility This product must conform to the Revised Section 508 (https://www.access-board.gov/guidelines-and- standards/communications-and-it/about-the-ict-refresh/final-rule/text-of-the-standards-and-guidelines) and WCAG 2.0 Level AA standards as outlined below. Solicitations for supplies and services shall require the submission of a Section 508 Product Assessment Template. The template can be found at https://www.itic.org/policy/accessibility/vpat 352.239-73 Electronic Information and Technology Accessibility Notice. (a) As prescribed in HHSAR 339.203-70(a), the Contracting Officer shall insert the following provision: Electronic and Information Technology Accessibility Notice (December 18, 2015) (a) Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), as amended by the Workforce Investment Act of 1998 and the Architectural and Transportation Barriers Compliance Board Electronic and Information (EIT) Accessibility Standards (36 CFR part 1194), require that when Federal agencies develop, procure, maintain, or use electronic and information technology, Federal employees with disabilities have access to and use of information and data that is comparable to the access and use by Federal employees who are not individuals with disabilities, unless an undue burden would be imposed on the agency. Section 508 also requires that individuals with disabilities, who are members of the public seeking information or services from a Federal agency, have access to and use of information and data that is comparable to that provided to the public who are not individuals with disabilities, unless an undue burden would be imposed on the agency. (b) Accordingly, any offeror responding to this solicitation must comply with established HHS EIT accessibility standards. Information about Section 508 is available at http://www.hhs.gov/web/508. The complete text of the Section 508 Final Provisions can be accessed at http://www.access- board.gov/guidelines-and-standards/communications-and-it/about-the-section-508-standards. (c) The Section 508 accessibility standards applicable to this solicitation are stated in the clause at 352.239-74, Electronic and Information Technology Accessibility. In order to facilitate the Government�s determination whether proposed EIT supplies meet applicable Section 508 accessibility standards, offerors must submit an HHS Section 508 Product Assessment Template, in accordance with its completion instructions. The purpose of the template is to assist HHS acquisition and program officials in determining whether proposed EIT supplies conform to applicable Section 508 accessibility standards. The template allows offerors or developers to self-evaluate their supplies and document�in detail�whether they conform to a specific Section 508 accessibility standard, and any underway remediation efforts addressing conformance issues. Instructions for preparing the HHS Section 508 Evaluation Template are available under Section 508 policy on the HHS website http://www.hhs.gov/web/508. In order to facilitate the Government�s determination whether proposed EIT services meet applicable Section 508 accessibility standards, offerors must provide enough information to assist the Government in determining that the EIT services conform to Section 508 accessibility standards, including any underway remediation efforts addressing conformance issues. (d) Respondents to this solicitation must identify any exception to Section 508 requirements. If a offeror claims its supplies or services meet applicable Section 508 accessibility standards, and it is later determined by the Government, i.e., after award of a contract or order, that supplies or services delivered do not conform to the described accessibility standards, remediation of the supplies or services to the level of conformance specified in the contract will be the responsibility of the Contractor at its expense. Standards The included standards that must be met for this contract are taken from the following two resources. Compliance with these standards is mandatory for Federal agencies subject to Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d). Section 508 Standards and Guidelines: https://www.access-board.gov/guidelines-and- standards/communications-and-it/about-the-ict-refresh/final-rule/text-of-the-standards-and-guidelines Web Content Accessibility Guidelines (WCAG) 2.0: https://www.w3.org/TR/WCAG20/ Hardware Accessibility 404 Preservation of Information Provided for Accessibility 405 Privacy 406 Standard Connections 407 Operable Parts 409 Status Indicators 410 Color Coding 411 Audible Signals 602 Support Documentation 603 Support Services 302 All Functional Performance Criteria - Note: Applies only when Chapter 4 does not address one or more functions of ICT (E204), or when an agency invokes ""equivalent facilitation"" (E101.2)) For Hardware that has closed functionality include: 402 Closed Functionality For Hardware with display screens include: 408 Display Screens Support Documentation Accessibility E602.1 General - Documentation that supports the use of ICT shall conform to 602. E602.2 Accessibility and Compatibility Features - Documentation shall list and explain how to use the accessibility and compatibility features required by Chapters 4 and 5. Documentation shall include accessibility features that are built-in and accessibility features that provide compatibility with assistive technology. E602.3 Electronic Support Documentation - Documentation in electronic format, including Web-based self- service support, shall conform to Level A and Level AA Success Criteria and Conformance Requirements in WCAG 2.0 (incorporated by reference, see 702.10.1). E602.4 Alternate Formats for Non-Electronic Support Documentation - Where support documentation is only provided in non-electronic formats, alternate formats usable by individuals with disabilities shall be provided upon request. E602.3 Electronic Support Documentation - Documentation in electronic format, including Web-based self- service support, shall conform to Level A and Level AA Success Criteria and Conformance Requirements in WCAG 2.0 (incorporated by reference, see 702.10.1). E602.4 Alternate Formats for Non-Electronic Support Documentation - Where support documentation is only provided in non-electronic formats, alternate formats usable by individuals with disabilities shall be provided upon request. E603.1 General - ICT support services including, but not limited to, help desks, call centers, training services, and automated self-service technical support, shall conform to 603. E603.2 Information on Accessibility and Compatibility Features - ICT support services shall include information on the accessibility and compatibility features required by 602.2. E603.3 Accommodation of Communication Needs - Support services shall be provided directly to the user or through a referral to a point of contact. Such ICT support services shall accommodate the communication needs of individuals with disabilities. WCAG � All WCAG 2.0 A & AA Success Criteria EXCEPTION: Non-Web documents shall not be required to conform to the following four WCAG 2.0 Success Criteria: 2.4.1 Bypass Blocks, 2.4.5 Multiple Ways, 3.2.3 Consistent Navigation, and 3.2.4 Consistent Identification. E205.4.1 Word Substitution when Applying WCAG to Non-Web Documents. For non-Web documents, wherever the term ""Web page"" or ""page"" appears in WCAG 2.0 Level A and AA Success Criteria and Conformance Requirements, the term ""document"" shall be substituted for the terms ""Web page"" and ""page"". In addition, in Success Criterion in 1.4.2, the phrase ""in a document"" shall be substituted for the phrase ""on a Web page"". Appendix A � Section 508 of the Rehabilitation Act: Application and Scoping Requirements E208 Support Documentation and Services Appendix C � Functional Performance Criteria and Technical Requirements 302 - Functional Performance Criteria 602 � Support Documentation 603 � Support Services Functional Performance Criteria 301.1 Scope - The requirements of Chapter 3 shall apply to ICT where required by 508 Chapter 2 (Scoping Requirements), 255 Chapter 2 (Scoping Requirements), and where otherwise referenced in any other chapter of the Revised 508 Standards or Revised 255 Guidelines. 302.1 Without Vision - Where a visual mode of operation is provided, ICT shall provide at least one mode of operation that does not require user vision. 302.2 With Limited Vision - Where a visual mode of operation is provided, ICT shall provide at least one mode of operation that enables users to make use of limited vision. 302.3 Without Perception of Color - Where a visual mode of operation is provided, ICT shall provide at least one visual mode of operation that does not require user perception of color. 302.4 Without Hearing - Where an audible mode of operation is provided, ICT shall provide at least one mode of operation that does not require user hearing. 302.5 With Limited Hearing - Where an audible mode of operation is provided, ICT shall provide at least one mode of operation that enables users to make use of limited hearing. 302.6 Without Speech - Where speech is used for input, control, or operation, ICT shall provide at least one mode of operation that does not require user speech. 302.7 With Limited Manipulation - Where a manual mode of operation is provided, ICT shall provide at least one mode of operation that does not require fine motor control or simultaneous manual operations. 302.8 With Limited Reach and Strength - Where a manual mode of operation is provided, ICT shall provide at least one mode of operation that is operable with limited reach and limited strength. 302.9 With Limited Language, Cognitive, and Learning Abilities - ICT shall provide features making its use by individuals with limited cognitive, language, and learning abilities simpler and easier. END of Provision 352.239-73. 6. DELIVERABLES AND REPORTING REQUIREMENTS 6.1. Delivery: The contractor will coordinate the delivery, installation and training date with the designated government employee. The government will provide the contractor with dock access and building access for this sole purpose. The designated government employee will work with the pertinent government agency(ies) to secure the needed dock access. No deliveries can be made after 4:15pm. Driver needs a valid ID. 6.2. Contractor Point of Contact: The contractor shall furnish one designated point of contact (POC) to the government�s designated representative for coordination of supplies, delivery, and/or maintenance. The POC will be empowered to make daily decisions to ensure that the contract implementation and day-to-day maintenance meets the terms and conditions of this contract. 6.3. Contractor�s Phone Numbers: The contractor shall provide a toll-free telephone number for service calls, which must be answered during at least eight working hours, between 8:00 am and 4:30 pm, Monday through Friday. 7. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES 7.1. The Government shall supply LAN connections, analog lines, and power requirements. 8. CONTRACTOR FURNISHED PROPERTY, FACILITIES AND SERVICES 8.1. Required personnel, materials, supplies and equipment: The contractor shall furnish all personnel, materials, supplies and equipment required to perform work under the contract, to include but not limited to: 9. CHANGES TO THE STATEMENT OF WORK (SOW) Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. 10. DELIVERABLES/PERFORMANCE MATRIX Contract performance will be monitired using perfromance matrix as outlined below: 9.1. Service conducted in accordance with SOW: Yes No 9.2. Provided quality customer service according to PIHC mission: Yes No 9.3. Contractor abided by all applicable safety standards: Yes No 9.4. Issues addressed in a timely manner: Yes No 9.5. Invoices received timely and accurate: Yes No
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3fa7e4eb659b4607be5c308ce9bc62c4/view)
- Place of Performance
- Address: Pawnee, OK 74058, USA
- Zip Code: 74058
- Country: USA
- Zip Code: 74058
- Record
- SN07484032-F 20250622/250620230040 (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 |