Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2018 FBO #5909
SOLICITATION NOTICE

65 -- BPA - Respiratory Medical Supplies - Pricing Schedule

Notice Date
1/25/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Navajo Area Office, PO Box 9020, Window Rock, Arizona, 86515
 
ZIP Code
86515
 
Solicitation Number
GRSSC-E18-RFQ-0010a
 
Archive Date
2/3/2018
 
Point of Contact
Tovarai Tenorio, Phone: 9286747474, Lesley M. Roberts, Phone: 5057221149
 
E-Mail Address
tovarai.tenorio@ihs.gov, lesley.roberts@ihs.gov
(tovarai.tenorio@ihs.gov, lesley.roberts@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Pricing Schedule - Attachment A FEDBIZOPPS POST Gallup Regional Supply Service Center is a federal government supply warehouse located in Gallup, NM. There is a requirement for various medical supplies at the facility, which procures and distributes to over 33 healthcare facilities within the states of New Mexico, Arizona and Colorado. This announcement constitutes a combined synopsis/solicitation; proposals are being requested and a written solicitation will not be issued. SOLICITATION #GRSSC-E18-RFQ-0010a: This solicitation is issued as a Request for Quotes. The North American Industry Classification System (NAICS) is: 339113 The purpose of this combined synopsis/solicitation is to establish a Blanket Purchase Agreement per FAR 13.303-2 Establishment of BPAs. This solicitation document and its incorporated provisions are those in effect through the Federal Acquisition Circular (FAC) 2005-93, effective January 1, 2017. Medical Supplies: see attached listing Interested firms are invited to respond by sending their offer with the following: (1) Announcement number, (2) Company name, address, telephone and fax number; and (3) attached FOB Destination pricing of items. GRSSC will not pay for any cost incurred associated with this Request for Proposal. Written information is due at the Gallup Regional Supply Service Center on March 31, 2017 7:00 pm (EST). Faxed copies of responses will be accepted at (505) 722-1509 OR e-mailed: Lesley.Roberts@ihs.gov OR mailed to PO BOX 3090 Gallup, NM 87305.Any further questions regarding this announcement may be directed to Lesley Roberts at Phone: 505-722-1149, Fax: 505-722-1509, or email: Lesley.Roberts@ihs.gov Award will be made using (1) Evaluation of quotations or offers per FAR 13.106-2,taking into consideration the responsiveness and responsibility factors for offeror whose quote, conforming to the requirements herein, will be the most advantageous to the Government, price and other factors considered. Then, an award will be determined in accordance with FAR 13.106-3 Award and Documentation. In addition, in accordance with FAR 19.202-4, the government will consider socio­ economic status of bidder when awarding Effective October 1, 2003, vendors must be registered in the System for Award Management (SAM) in order to receive contracts from the Federal Government pursuant to FAR Clause 52.204-7.To register or learn more about the SAM, go to: http://www.sam.gov. Offerors must submit representations and certifications in accordance with the provision at FAR 52.2 12-3 Offeror Representations and Certifications-Commercial Item. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: FAR 52.211-16, Variation in Quantity (APR 1984); FAR 52.211-17, Delivery of Excessive Quantities (SEP 1989); FAR 52.212-1, Instructions to offerors Commercial Items (FEB 2012); FAR 52.212-3, Offeror Representations and Certifications Commercial items (APR 2012) with Alt I (Apr 2011). All offerors shall include with their offer a completed copy of FAR 52.212-3, Alt I. Copies of FAR 52.2 12-3, Alt I are available upon request from the Contracting Officer. They may also be obtained on the web at http://www.acquisition.gov. FAR 52.212-4, Contract Terms and Conditions required to Implement Status or Executive Order Commercial Items (Jan 2017); FAR 52.212-5, Contract Terms and Conditions required to Implement Status or Executive Order-Commercial items (Jan 2017): specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006),with Alternate I(Oct 1995);FAR 52.219-8 Utilization of Small Business Concerns (May 2014); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2014); FAR 52.222-26, Equal Opportunity {MAR 2007); FAR 52.222-35. Equal Opportunity for Veterans (JUL 2014); FAR 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014): FAR 52.222-37, Employment Reports on Veterans (July 2014); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008): FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) and FAR 52.247-34 F.O.B. Destination (NOV 1991). Primary Point of Contact: Tovarai Tenorio Contract Specialist Tovarai.tenorio@ihs.gov Phone: (928) 674-7474 Secondary Point of Contact: Leslie M. Roberts Purchasing Agent Lesley.roberts@ihs.gov Phone: (505) 722-1149 Fax: (505) 722-1509 Contracting Office Address: PO BOX 9020 Window Rock, Arizona 86515 Place of Contract Performance: Gallup Regional Supply Service Center 2400 FUHS Avenue, BDLG. No. 10 Gallup, New Mexico 87301 United States PLEASE UTILIZE THE ANNUAL USAGE INFORMATION IN DETERMING OUR BID PRICE. THANK YOU. PLEASE INDICATE THE OPEN MARKET ITEMS IN COLUMN BPA UNIT PRICE. Brand selected through best value analysis and products testing at the GRSSC for the past years' usage requirements. The Gallup Regional Supply Service Center will consider establishing a Blanket Purchase Agreement (BPA) for the annual requirement effective Date of Award through__(to be determine)__ or in accordance with the contractor's FSS Contract effective period. Please provide the following information regarding this request for quotation: 1) Company Name, Address and Phone: _________________________________________ 2) Point of Contact:__________________________________________________________ 3) Company GSA-Federal Supply Schedule contract number and expiration date 4) Item price: (a) Bulk warehouse deliveries: ___________________ % off vendor's GSA price. 5) Item product number 6) Item packing (if packing of item is different from above) 7) Payment discount terms 8) Business size classification 9) Descriptive Literature: Descriptive literature fully describing the product bid (if such literature exist) shall be included to evaluation the submission. 10) Product Samples: Are requested at no expense to the Government; and returned at the bidder's request and expense. The Government will test or evaluate products samples to determine compliance with all the characteristics listed for examination in the request for information. Products delivered under any resulting contract must conform to: (a) The approved sample for the characteristics listed for test or evaluation; and (b) The specification for all other characteristics. All items shall be quoted F.O.B. destination to the Gallup Regional Supply Service Center, 2400 Fuhs Avenue, Gallup, NM 87301. All items to be delivered within 10 days ARO. Please not the information submitted will be used to meet the requirements of FAR 8.405-1 for surveying at least three schedule contractors as part of the process of identifying supplies that represent best value. In determining best value, the following factors will be considered: Price, delivery, customer support, integration of supplies items into existing I.H.S. care programs and overall product performance (product performance includes: special features, accuracy, reliability and ease of use). 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. 52.207-4 Economic Purchase Quantity - Supplies (Aug 1987) (a) Offerors are invited to state an opinion on whether the quantity(ies) of supplies on which bids, proposals or quotes are requested in this solicitation is (are) economically advantageous to the Government. _______________________________________________ _______________________________________________ _______________________________________________ _______________________________________________ (b) Each offeror who believes that acquisitions in different quantities would be more advantageous is invited to recommend an economic purchase quantity. If different quantities are recommended, a total and a unit price must be quoted for applicable items. An economic purchase quantity is that quantity at which a significant price break occurs. If there are significant price breaks at different quantity points, this information is desired as well. OFFEROR RECOMMENDATIONS ITEM QUANTITY PRICE QUOTATION TOTAL (c) The information requested in this provision is being solicited to avoid acquisitions in disadvantageous quantities and to assist the Government in developing a data base for future acquisitions of these items. However, the Government reserves the right to amend or cancel the solicitation and resolicit with respect to any individual item in the event quotations received and the Government's requirements indicate that different quantities should be acquired. THE AWARD WILL BE MADE USING THE BEST VALUE TRADE-OFF IN ACCORDANCE WITH FAR 8.405-1 (C). IN ACCORANCE WITH FAR 8.405-5 (b), THE GOVERNMENT WILL CONSIDER SOCIO-ECONOMIC STATUS OF BIDDER WHEN AWARDING.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Navajo/GRSSC-E18-RFQ-0010a/listing.html)
 
Place of Performance
Address: Gallup Regional Supply Service Center, 2400 FUHS Avenue, BDLG. No. 10, Gallup, New Mexico 87301, United States, Gallup, New Mexico, 87301, United States
Zip Code: 87301
 
Record
SN04799939-W 20180127/180125231414-d0ea9c924d352b1f095df55a7af61a15 (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.