Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2012 FBO #3935
MODIFICATION

65 -- FORENSIC KITS TO SUPPORT SEXUAL ASSAULT EXAMINATIONS - Questions and Answers 0003

Notice Date
8/31/2012
 
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, 801 Thompson, TMP 605, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
12-236-SOL-00028
 
Archive Date
9/21/2012
 
Point of Contact
Paul B. Premoe, Phone: 3014434470, Dale M Burson,
 
E-Mail Address
paul.premoe@ihs.gov, dale.burson@ihs.gov
(paul.premoe@ihs.gov, dale.burson@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Shipment Question (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 12-236-SOL-00028 applies, and is issued as a Request for Proposal (RFP). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. (iv) The North American Industry Classification System (NAICS) code is 339112 with the size standard of 500 employees for the requirement. The Indian Health Service (IHS), Division of Acquisition Policy intends to award an Indefinite Delivery, Indefinite Quantity (IDIQ) Contract on the basis of full and open competition. This solicitation is set asided to small businesses only. (v) CLIN 0001 BASE PERIOD, Basic Forensic Equipment Kit, PRICE FOR 1 EA: $_____ Min 5, Max 45 CLIN 0002 BASE PERIOD, Expanded Forensic Equipment Kit, PRICE FOR 1 EA: $_____Min 2, Max 10 CLIN 0003 BASE PERIOD, Storage Cart, PRICE FOR 1 EA: $_____No Min, Max 10 CLIN 0004 BASE PERIOD, Swab Dryer, PRICE FOR 1 EA:$_____ No Min, Max 10 CLIN 0005 BASE PERIOD, Compact Refrigerator, PRICE FOR 1 EA: $_____ No Min, Max 10 CLIN 0006 OPTION PERIOD 1, Basic Forensic Equipment Kit, PRICE FOR 1 EA: $_____ Min 3, Max 40 CLIN 0007 OPTION PERIOD 1, Expanded Forensic Equipment Kit, PRICE FOR 1 EA: $_____Min 1, Max 8 CLIN 0008 OPTION PERIOD 1, Storage Cart, PRICE FOR 1 EA: $_____ No Min, Max 10 CLIN 0009 OPTION PERIOD 1, Swab Dryer, PRICE FOR 1 EA: $_____ No Min, Max 10 CLIN 0010 OPTION PERIOD 1, Compact Refrigerator, PRICE FOR 1 EA: $_____ No Min, Max 10 CLIN 0011 OPTION PERIOD 2, Basic Forensic Equipment Kit, PRICE FOR 1 EA: $_____ Min 2, Max 37 CLIN 0012 OPTION PERIOD 2, Expanded Forensic Equipment Kit, PRICE FOR 1 EA: $_____Min 1, Max 7 CLIN 0013 OPTION PERIOD 2, Storage Cart, PRICE FOR 1 EA: $_____ No Min, Max 10 CLIN 0014 OPTION PERIOD 2, Swab Dryer, PRICE FOR 1 EA: $_____ No Min, Max 10 CLIN 0015 OPTION PERIOD 2, Compact Refrigerator, PRICE FOR 1 EA: $_____ No Min, Max 10 (vi) The purpose of this acquisition is to purchase software and hardware for preserving evidence for sexual assault examinations. All items proposed in response to this solicitation shall meet or exceed all specifications listed in the attachment A. (vii) Place of delivery: There will be various delivery sites within the United States (See attachment B). Prices are FOB Destination. All deliverables shall be received by IHS within 45 days of order. Inspection and acceptance shall be at destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012), applies to this acquisition and a statement regarding any addenda to the provision. (ix) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). - The following evaluation factors shall be considered: 1) Technical Capability; and 2) Price. The award will be made to the vendor that submits the lowest priced technically acceptable proposal. See the attachment A for the requirements of the acceptable proposal and proposal submission requirement. For evaluation purposes, the combined cost of all contract line items in maximum quantity scenario will be added up to arrive at each proposal's total overall cost. The equation below will be applied to the cost evaluation of this solicitation. The maximum quantity is for the life of the contract. For example, IHS is expecting to order up to 45 Basic Forensic Kits before the contract expires. ((Unit Cost of CLIN0001+0006+0011)/3*45) + ((Unit Cost of CLIN0002+0007+0012)/3*10) + ((Unit Cost of CLIN0003+0008+0013)/3*10) + ((Unit Cost of CLIN0004+0009+0014)/3*10) + ((Unit Cost of CLIN0005+0010+0015)/3*10) = TOTAL OVERALL COST OF THE PROPOSAL TO BE USED FOR EVALUATION PURPOSES (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (Apr 2012), with its offeror. (xi) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012) applies to this acquisition. The following addendum applies: Address for submission of invoices is Indian Health Service, Office of Finance and Accounting/DFO, 801 Thompson Ave, TMP 360, Rockville, MD 20852. (xii) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Jul 2012) (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) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (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. 253g and 10 U.S.C. 2402). (2) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). (3) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). (5) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). (6) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637 (d)(4).). (7) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). (8) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). (9) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). (10) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (11) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). (12) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (13) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (14) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (15) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (16) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). (17) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (18) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). (19) (i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). (20) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). (21) 52.225-5, Trade Agreements (May 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). (22) 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). (23) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). (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) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (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 12:00 PM EST on 6 August 2012. Email proposals to Paul.premoe@ihs.gov. Vendors must confirm IHS' receipt of their proposal. The Government will not accept questions after 12:00 PM EST on 17 August 2012. (xvi) POC is Paul Premoe, Contract Specialist, Paul.Premoe@ihs.gov. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2012-08-31 10:32:00">Aug 31, 2012 10:32 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2012-08-31 10:43:21">Aug 31, 2012 10:43 am Track Changes The proposal due date is extended to September 6th, 12 P.M. EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/12-236-SOL-00028/listing.html)
 
Place of Performance
Address: 801 Thompson Ave Suite 605, Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN02865118-W 20120902/120901000630-b8ac459ac91acfdfe747132811d6f3cd (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.