SOLICITATION NOTICE
66 -- Erythrocyte Sedimentation Rate (ESR) Testing Equipment and Services - Enclosures
- Notice Date
- 3/27/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Albuquerque Area Office, 4101 Indian School Road NE, Suite 225, Albuquerque, New Mexico, 87110, United States
- ZIP Code
- 87110
- Solicitation Number
- 18-242-SOL-00028
- Archive Date
- 4/26/2018
- Point of Contact
- Cedric A. Wood, Phone: 505-256-6756, Dawn A Sekayumptewa, Phone: 505-248-4561
- E-Mail Address
-
cedric.wood@ihs.gov, dawn.sekayumptewa@ihs.gov
(cedric.wood@ihs.gov, dawn.sekayumptewa@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Enclosures This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number 18-242-SOL-00028 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. This requirement is for a 100% Set-Aside Small Business concerns and only quotes from qualified offerors will be considered. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a size standard of 1000. The Albuquerque Area Indian Health Services intends to enter into a Firm Fixed Priced Contract resulting from this solicitation with one base year plus 4 option years for Erythrocyte Sedimentation Rate (ESR) Testing Equipment and Services. This contract will be an Area-wide contract to services the Indian Health Service locations listed in this solicitation. The description of items to be acquired: STATEMENT OF WORK Erythrocyte Sedimentation Rate (ESR) Testing Equipment and Services Area-wide contract ***See Attached Documents*** Enclosures: 1. SF-30 2. SOW 3. Cost Price Breakdown Service shall be provided to the following locations. Offerors shall include State taxes for labor/service costs. (The Indian Health Service is exempt from New Mexico State Taxes for materials and supplies.) Place of Performance/Hours of Operation: Acoma-Canoncito-Laguna Indian Hospital Laboratory Department 80B Veterans Blvd. San Fidel, NM 87049 Albuquerque Indian Health Center Laboratory Department 801 Vassar Drive NE Albuquerque, NM 87106 Jicarilla Indian Health Center Laboratory Department 500 North Mundo Drive Dulce, NM 87528 Mescalero Indian Hospital Laboratory Department 318 Abalone Loop Mescalero, NM 88340 Santa Fe Indian Hospital Laboratory Department 1700 Cerrillos Road Santa Fe, NM 87501 Taos-Picuris Indian Health Center Laboratory Department 1090 Goat Springs Road Taos, NM 87571 Zuni Indian Hospital Laboratory Department Route 301 North B Avenue Zuni, NM 87327 Hours of operation for installation will be M-F from 8:00 AM to 4:00 PM Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. The contractor shall furnish all parts, supplies, material, labor, equipment, supervision, and installation necessary to provide maintenance and supplies. The provision at 52.212-1, Instructions to Offerors-Commercial (JAN 2017), applies to this acquisition. Following addendum applies to this RFQ: The submission should include the following information 1) Company name 2) POC 3) PH Number 4) Duns Etc. Only one award will result from this solicitation. All responsible Offerors that respond to this solicitation must comply with the below terms and conditions. Failure to do so may result in offer being determined as non-responsive. Offerors shall submit proposals containing all or none responses. Partial orders and backordered offers will not be accepted. The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition and the specific evaluation criteria will be based on "Best Value". (a) The Government will award a 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: 1. Technical Capability of the item offered to meet the Government requirement. 2. Past Performance 3. Price Technical capability and past performance, when combined, are slightly more important than price. (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). (c) 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. Quote MUST be good for 30 calendar days after close of solicitation. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.204-7, System for Award Management; FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; FAR 52.229-3 Federal, State and Local Taxes; FAR 52.232-1 Payments; FAR 52.232-40 Providing Accelerated Payments to Small Business; FAR 52.247-32 F.o.b. Destination; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.203-13, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-33, 52.222-18, 52.223-1, 52.225-13, 52.232-33, 52.232-34, 52.232-36. To view the full text of the referenced FAR clauses offerors may be access the website at https://www.acquisition.gov/browsefar Response time: Requests for proposals will be accepted at the Albuquerque Area Indian Health Service (AAIHS). 4101 Indian School Rd, Albuquerque, NM. 87110 No Later Than: 1700 MT on 4/11/2018, to Cedric A. Wood, Contract Specialist, AAIHS (505) 256-6756; email proposals will be submitted to: cedric.wood@ihs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ALB/18-242-SOL-00028/listing.html)
- Place of Performance
- Address: 4101 Indian School Road, Ste 225, Albuquerque, New Mexico, 87110, United States
- Zip Code: 87110
- Zip Code: 87110
- Record
- SN04868803-W 20180329/180327232023-cba80068efb1a4f99c48f965cd034027 (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 |