Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 20, 2020 SAM #6686
SOLICITATION NOTICE

D -- Non-PSC/Dzilth-Na-O-Dith-Hle Health Center/Internet Services

Notice Date
3/18/2020 3:10:20 PM
 
Notice Type
Solicitation
 
NAICS
517311 — Wired Telecommunications Carriers
 
Contracting Office
NAVAJO AREA INDIAN HEALTH SVC WINDOW ROCK AZ 86515 USA
 
ZIP Code
86515
 
Solicitation Number
IHS1400360
 
Response Due
3/24/2020 4:00:00 PM
 
Archive Date
03/25/2020
 
Point of Contact
Felecia Chavez, Phone: 5053686086
 
E-Mail Address
felecia.chavez@ihs.gov
(felecia.chavez@ihs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 is IHS1400360 and is issued as a request for quotation (RFQ) in accordance with FAR Parts 12 and 13. The Navajo Area Indian Health Services, Shiprock Service Unit (SRSU) is requesting for submittal of offers for a contractor to provide 250 Mbps Dedicated Internet Access services Via Fiber, Direct Inward Outward Dial (DIOD) voice, Primary Rate Interface (PRI) Direct Inward Dialing (DID), and Facsimile (FAX) services. EVALUATION FACTORS: The Government reserves the right to issue a single award or multiple awards to the contractor(s) whose quote represents best value as defined by FAR 2.101. In determining best value, the Government reserves the right to select the most advantageous offer to the Government by evaluating and comparing initial quotations. The following evaluation factors will be considered: Past Performance, Technical Capability, Safety, Security and Privacy and Qualification. The evaluation factors and significant subfactors when combined are significantly more important cost or price. The socio-economic status of an offeror may also be considered, should one or more quotes represent the best value. The following evaluation factors will be considered: Factor 1: Technical Capabilities: Provide evidence that offered service meets or exceeds the Technical Capabilities of attach Scope of Work. Subfactor: Secure, Fiber circuit to DZHC Subfactor: DIOD voice, PRI DID, and FAX services to support DZHC telecommunication services Subfactor: Ensure 98% uptime, service level agreement for circuit availability. Subfactor: Quick response to accidental circuit outages caused by non-personnel. Factor 2: Safety Subfactor: Ensure circuits are available at all times � Factor 3: Security and Privacy: Proper security measures are in place to protect equipment from damage or theft. Factor 4: Past Performance: Provide evidence of providing secure 250 Mbps Dedicated Internet Access services Via Fiber to Federal Government or other large commercial/government entities within the past three years of operation. Factor 5: Qualification: Total Small Business Set-Aside and the associated NAICS is 517311 with small business size standard of 1,500 employees. Non-Total Small Business Set-Aside offerors will not be considered for the award. To be considered for award, your offer shall include the following documents/information: 1) Technical Capabilities 2) Safety 3) Security and Privacy 4) Past Performance 5) Qualification PROPOSAL SUBMISSION INSTRUCTIONS: All responsible offerors may submit a proposal via email to Felecia Chavez, Contract Specialist, (505) 368-6086, and Felecia.chavez@ihs.gov no later than 3:00 p.m., MDT on March 25, 2020. ---------- PROVISIONS & CLAUSES ----------- 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. Department of Health and Human Services Applicable Clauses: 352.224-70 Privacy Act (Dec 2015) 352.239-73 Electronic and Information Technology Accessibility Notice (Dec 2015) 352.239-74 Electronic and Information Technology Accessibility (Dec 2015) 352.237-70 Pro-Children Act. (Dec 2015) (a) Public Law 103-227, Title X, Part C, also known as the Pro-Children Act of 1994 (Act), 20 U.S.C. 7183, imposes restrictions on smoking in facilities where certain federally funded children's services are provided. The Act prohibits smoking within any indoor facility (or portion thereof), whether owned, leased, or contracted for, that is used for the routine or regular provision of: (i) kindergarten, elementary, or secondary education or library services or (ii) health or day care services that are provided to children under the age of 18. The statutory prohibition also applies to indoor facilities that are constructed, operated, or maintained with Federal funds. (b) By acceptance of this contract or order, the Contractor agrees to comply with the requirements of the Act. The Act also applies to all subcontracts awarded under this contract for the specified children's services. Accordingly, the Contractor shall ensure that each of its employees, and any subcontractor staff, is made aware of, understands, and complies with the provisions of the Act. Failure to comply with the Act may result in the imposition of a civil monetary penalty in an amount not to exceed $1,000 for each violation and/or the imposition of an administrative compliance order on the responsible entity. Each day a violation continues constitutes a separate violation. FAR 52.252-2 Clauses Incorporated by Reference 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 address: http://www.acquisition.gov Additional Applicable Federal Acquisition Clauses 52.204-2 Security Requirements 52.204-7 System Award Management (Oct 2018) 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2018) 52.219-1 Small Business Program Representations 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.224-1 Privacy Act Notification (Apr 1984) 52.224-2 Privacy Act (Apr 1984) 52.229-3 Federal, State, and Local Taxes (Feb 2013) 52.232-1 Payments (Apr 1984) 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (Oct 2018) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Aug 1984) 52.249-1 Termination for Convenience of the Government (Apr 1984) (Fixed-Price) (short form) 52.249-8 Default (Fixed-Price Supply and Service)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cc3c6676f2b94d22ae0350ae68fbb938/view)
 
Place of Performance
Address: Bloomfield, NM 87413, USA
Zip Code: 87413
Country: USA
 
Record
SN05592866-F 20200320/200318230217 (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.