Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 12, 2020 SAM #6618
SOLICITATION NOTICE

71 -- 75H70720Q00007 - Knoll authroized re-sellers Buy Indian set aside

Notice Date
1/10/2020 10:56:36 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
ALBUQUERQUE AREA INDIAN HEALTH SVC ALBUQUERQUE NM 87110 USA
 
ZIP Code
87110
 
Solicitation Number
75H70720Q00007
 
Response Due
1/21/2020 4:00:00 PM
 
Archive Date
01/22/2020
 
Point of Contact
Genevieve Monk, Phone: 5052566751, Dawn Sekayumptewa, Phone: 5052566758, Fax: 5052566848
 
E-Mail Address
genevieve.monk@ihs.gov, dawn.sekayumptewa@ihs.gov
(genevieve.monk@ihs.gov, dawn.sekayumptewa@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 FAR Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued.� Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation The solicitation number is 75H70720Q00007 and is issued as a Request for Proposals (RFP), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 337214 with a small business size standard of 1,000. This requirement is a 100% Set-Aside for Small Business Concerns/ Small Business Indian Firms (SBIF) and only quotes from qualified offerors will be considered. FOB Destination shall be described herein. This solicitation is set-aside for Small Business Indian Firms (SBIF) pursuant to the Buy Indian Act 25 U.S.C. 47. If IHS does not receive at least two offers that are reasonably priced offers from SBIF's, IHS will then evaluate quotes and consider award to other small business concerns under the following 5-tier cascading set-aside (in order of first consideration to last consideration): � 1st Tier-Small Business Indian Firms � 2nd Tier - Service Disabled Veteran Owned Small Businesses � 3rd Tier - Certified Hub Zone Small Businesses � 4th Tier - Small Disadvantage Businesses � 5th Tier-All Other Small Business Concerns. Services will require that the Contractor be an authorized re-seller of Knoll Workspace System Furniture, either through their GSA Contract or Open Market and have the staff for the reconfiguration of existing system furniture. The contractor shall furnish all design services, delivery, labor, equipment, devices, and materials, to perform all work required for this furniture requirement. All items required must be on a BRAND NAME and firm fixed price basis including the cost of shipping FOB Destination. (See Attachment) Offerors shall provide at least the same warranty terms, including offers of extended The delivery date is eight (8) Weeks After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Albuquerque, New Mexico 87110. The provision at 52.212-1, Instructions to Offerors � Commercial Items applies to this acquisition. (1) Written proposals/quotes are due at or before 5:00 PM, (Mountain Standard Time) January 21, 2020.� Submit to:� Only via email: genevieve.monk@ihs.gov, with subject line:� 75H70720Q0007 � AAO KNOLL WORKSPACE CONFIGURATION,�� Offerors are encouraged to submit their proposals/quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (2)� Submit a technical description of the items being offered. (3) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (4) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest and waive informalities and minor irregularities in offers received. (5)� SAM.� Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (b) Technical capability of the item offered to meet the Government requirement; And (c) Price All evaluation factors other than price, when combined, are equal to price. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items For your convenience all referenced certifications are attached to this solicitation. (Attachment OFFEROR REPRESENTATIONS AND CERTIFICATIONS � COMMERCIAL ITEMS) 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.� The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-19, Child Labor�Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers With Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment By Electronic Funds Transfer�System For Award Management This Contract incorporates some HHSAR provisions/clauses by reference, with the same force and affect 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 addresses: http://www.hhs.gov/policies/hhsar/subpart352.html. HHSAR CLAUSES- 352.211-3 Paperwork Reduction Act (Dec 2015) 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) 352.227-70 Publications and Publicity (Dec 2015) 352.237-75 Key Personnel (Dec 2015) 52.237-1 -- Site Visit (Apr 1984) Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. If potential offerors are interested in viewing the building prior to submitting their quote, this is schedule for January 16th, 2020 at 10:00 am MST, with Chris Bradley and Lawrence Lucero, telephone number (505) 346-2306, located at Albuquerque Area Office Indian Health Services (AAO), 4101 Indian School Road, NE, Suite 225, 2nd Floor, Albuquerque, New Mexico 87110. All responsible organizations may submit a proposal, which shall be considered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/00409946ff7b4a0eb7898549b1bff19c/view)
 
Place of Performance
Address: Albuquerque, NM 87110, USA
Zip Code: 87110
Country: USA
 
Record
SN05532115-F 20200112/200110230130 (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.