SOLICITATION NOTICE
65 -- Custom and Over the Counter Foot and Ankle Orthotics, Indian Health Service, Whiteriver, AZ
- Notice Date
- 6/3/2021 12:05:25 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- PHOENIX AREA INDIAN HEALTH SVC PHOENIX AZ 85004 USA
- ZIP Code
- 85004
- Solicitation Number
- RFQ-21-PHX-014
- Response Due
- 6/4/2021 5:00:00 PM
- Archive Date
- 07/04/2021
- Point of Contact
- Donovan Conley, Phone: 6023645174, Fax: 6023645030, Jeremy Steel, Phone: 6023645264, Fax: 6023645030
- E-Mail Address
-
Donovan.Conley@ihs.gov, jeremy.steel@ihs.gov
(Donovan.Conley@ihs.gov, jeremy.steel@ihs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Amendment 3 The purpose of this is to answer question. Did you have an excel sheet for us to fill in to show our pricing? I thought I had seen one on the solicitation previously but don�t see an excel sheet now when I check the solicitation on Beta.Sam.�� � �There is no excel spreed sheet.� Offerors are to provide pricing for all categories for a Custom and Over the Counter Foot and Ankle Orhtotics supplies.�� Amendment 2 The purpose of this amendment is to answer questions. Will the Government please provide a list of the types and brands of prefabricated foot orthotics and ankle foot orthotics you would like included in the quoter�s pricing? If you can provide product names and preferred brand names we can provide a more streamlined quote. For example, there are hundreds of commercial-off-the-shelf orthotics,�so if Whiteriver IHS has preferred brands we will only include those brands in our quote and not exclude others.�� We really don�t get off-the-shelf orthotics (like ones in boxes) from our current orthotic vendor. We order some prefabricated orthotics with specific (all in millimeters) heel widths, lengths, forefoot valgus, and arch heights.� An example of this would be a 52 mm heel width, 168 mm length, 3 degrees of forefoot valgus, and 20 mm arch heights.� These prefab 4.0 mm polypropylene orthotics (in multiple sizes and lengths) are often used to see if the patient can tolerate a more rigid device (at a fraction of the cost of a custom orthotic) prior to undertaking the expense of a custom pair of orthotics.� Off the shelf orthotics are currently purchased by the Physical Therapy Department and then dispensed by the podiatrists. Will the Government please provide a sample list of the types of orthotics Whiteriver IHS has historically ordered? In addition to the prefab 4.0 mm polypropylene orthotics in specific sizes/widths/lengths mentioned above, we have traditionally ordered custom 2, 3, and 4 mm polypropylene and graphite orthotics (in various customized thicknesses) with customized topcovers and rearfoot posts, as well as geriatric types of custom devices 3. Can the Government provide an approximate ratio of the percentage of historic orders for foot orthotics compared to ankle foot orthotics (AFOs)? E.g., 90% of the Podiatry Clinic�s orders were for foot orthotics and 10% were for AFOs. AFO�s are nearly exclusively made by the orthotist who comes to Whiteriver every other Tuesday for their dedicated shoe and brace clinic.� In some cases, we do order custom Richie-type AFO�s, but the vast majority of orders are for custom foot orthotics (>90%). Prescription AFO pricing varies by practitioner as multiple components comprise one AFO. For example, an AFO is comprised of a base code and add-on codes. Would the Government prefer we provide a price list of the most popular AFOs using a flat fee for each AFO, or would you prefer a breakdown of the base codes and add-on codes? I currently do not have the specific government/military price breakdown as this is handled per the supply department.� I am fairly sure that our current foot orthotic lab charges a single all-encompassing price which includes topcovers, rearfoot posting, etc.� Again, AFO�s are nearly exclusively handled by our shoe and brace clinic which is run by the Physical Therapy Department, so you would have to ask them for their actual pricing. Who at the Podiatry Clinic casts for custom prescription AFOs?� The podiatrists are the only providers that take negative impression plaster slipper casts for foot orthotics.� As far as AFO�s go, again that is handled mainly by the shoe and brace clinic. Is there an incumbent? If so, who is the incumbent? KLM Labs is our current foot orthotic provider. The Buy Indian Act (25 USC 47) provides the Bureau of Indian Affairs, and therefore IHS, with the authority to set aside procurement contracts for Indian-owned and controlled businesses. Acquisitions of supplies or services using either Commercial Item Procedures (FAR Part 12) or Simplified Acquisition Procedures (FAR Part 13) must be set aside exclusively for Indian Small Business Economic Enterprises (ISBEE) which is an IEE that is also a small business concern established in accordance with SBA small business criteria and size standards. (DIR 1480.503). In light of the Buy Indian Act and guidelines for IHS and other U.S. Department of the Interior agencies to set aside work for Indian Economic Enterprises (IEE), will IHS please revise the solicitation to be set aside for IEEs that are also small business concerns? From our Market Research and using the Small Business Dynamic Search.� We searched Native American Owned Small Business under NAICS Code 339113 we didn�t find two or more Native American Owned Small Businesses that had the capability to provide Custom and Over the Counter Foot and Ankle Orthotics.� This requirement is set-aside to all small businesses in order to receive adequate competition. Amendment 1 The purpose of this amendment is to answer questions. 1. Where I submit bid? � Email your offer to Donovan.Conley@ihs.gov and reference RFQ-21-PHX-014.� 2. I notice 3.3 of the BPA states the Contractor shall provide slipper cast impressions to the Podiatry Clinic. �We currently do not sell plaster. � Provide on your offer what product you offer and the cost on the Price Schedule.� 3. �Will we need to edit this clause? Yes edit the clause on your offer and state what product you provide and the cost on the Price Schedule. 4. Change offer time in Beta.Sam from 8:00PM ETA to 5:00PM PDT.� � Custom and Over the Counter Foot and Ankle Orthotics Indian Health Service (IHS), Phoenix Area Office (PAO), Division of Acquisition Management (DAM) Place of Performance: Whiteriver Service Unit, Whiteriver, AZ (i)�� �This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 and FAR 13.303 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.� � In accordance with FAR 13.106-2(b)(3) Simplified Acquisition Procedures, the Government will award a Firm-Fixed Price Blanket Purchase Agreement from this solicitation to the responsible quoter on a comparative evaluation basis whose quote conforms to the solicitation and represent the government by meeting or exceeding the minimum requirement. Quoters are advised that quotation may exceed the requirements but the government is not requesting or accepting alternate quotes, each response must respond to the solicitation requirement, stated in the RFQ.� � (ii)�� �Solicitation number is #RFQ-21-PHX-014 and is issued as a Request for Quotation (RFQ).� (iii)�� �This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05, Effective 03/10/2021.� (iv)�� �This requirement is restricted to Small Business and the associated NAICS Code is 339113 with size standard of 1,000 employees. � (v)�� �Price Schedule. The Contractor shall provide unit prices for the all categories for a Custom and Over the Counter Foot and Ankle Orthotic supplies. � (vi)�� �The Indian Health Service (IHS), Phoenix Area Office (PAO), Division of Acquisition Management (DAM) intends to procure for Custom and Over the Counter Foot and Ankle Orthotics for one Base Year and four Option Years for the Podiatry Department at the Whiteriver Service Unit located in Whiteviver, AZ.� (vii)�� �Delivery and acceptance terms for this contract award is FOB Destination. Delivery Address: Whiteriver Service Unit, 400 West Apache Drive, Whiteriver, AZ 85941 (viii)�� �Addendum to FAR 52.212-1, Instructions to Offerors � Commercial Items (Oct 2018).� 1.�� �Adherence to Instructions:� Offers, including all required documents, must be submitted to the Contact Specialist, Donovan Conley, to Donovan Conley@ihs.gov. �Please reference section �ADDENDUM to FAR 52.212-2 - Evaluations - Commercial Items� for additional information about Evaluation factors for this solicitation. �Documents must be properly executed and submitted not later than the close of business of the offer due date which is June 4, 2021 at 5:00 PM PST. �No questions will be taken after June 4, 2021 12:00 PM PST. �Only electronic offers will be accepted and emailed to Donovan.Conley@ihs.gov. �Any submission of offers after the closing date of the June 4, 2021 at 5:01 PM PST will not be accepted for consideration.� 2.�� �Exceptions to Terms and Conditions: Offerors must clearly identify any exception to solicitation terms and conditions and provide accompanying rationale. 3.�� �Registration in System For Award Management (SAM): In order to be eligible for contract award offerors must be registered in SAM at https://www.sam.gov. 4.�� �Quotation Preparations Instructions for Evaluation Factors: Offeror shall provide information as instructed in section (ix) Addendum to FAR 15.212-2, Evaluation � Commercial Items.� (ix)�� �Addendum to FAR 52.212-2, Evaluation � Commercial Item (Oct 2014). a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation as follows: A comparative evaluation will be performed in accordance with FAR 13.106-2 (b)(3).� Factor 1 � Quality Factor 2 - Warranty Factor 3 � Past Performance Factor 4 � 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. Basis for Award:� (a) In accordance with FAR 13.106-2(b)(3) Simplified Acquisition Procedures, the Government will award a Firm-Fixed Price Blanket Purchase Agreement from this solicitation to the responsible quoter on a comparative evaluation basis whose quote conforms to the solicitation and represent the government by meeting or exceeding the minimum requirement. Quoters are advised that quotation may exceed the requirements but the government is not requesting or accepting alternate quotes, each response must respond to the solicitation requirement, stated in the RFQ. (b) The government will apply the following comparative evaluation process as the basis for award:� �Assess the direct comparison of one quote with another using a uniform and fair approach to determine which quote provides the government what it needs, where and when in accordance with the SOW and RFQ.� Once one quotation is found acceptable, it is compared to the remaining ones, and the ""best"" one is chosen for the best value to the government. Information not contained in a vendor's quote will not be considered during the evaluation. The Government intends to make award selection without clarification, but may determine after evaluating submitted quotes that the elements stated in FAR 13.106-2(b) for evaluation procedures are necessary, and conduct them as appropriate. The Government reserves the right to make award if no quotes meet the requirements of this solicitation. Evaluation Factors Instructions:� Factor 1 � Quality: Offeror shall provide information on the quality of their products. � Factor 2 � Warranty: Offeror shall provide warranty information on the products listed on their Price Schedule. �� Factor 2 � Past Performance: Offerors are required to furnish one to three current, or recently completed Federal, State, local government, or private contracts under which you have provided the same or similar services required in this solicitation within the last five (5) years. �Provide contact name, date of performance, and point of contact, telephone number, fax number and e-mail address. � Past performance will be reviewed to assure that the offeror has relevant and successful performance history. Contractor shall notify all references that have been provided to the IHS for their solicitation and respond within 1 business day of email or telephone contact by the Service Unit. Past Performance reference format: � ��� �Company Name:___________________________________ Address:__________________________________________ Contact Name:_____________________________________ Contact Telephone No:_______________________________ E-mail Address:_____________________________________ Supplies Provided:___________________________________ Award Date:______________________________________ Award Amount: Base Year/Year 1:_________, Option Year 1/Year 2: ____________� � Option Year 2/Year 3: $__________, Option Year 3/Year 4: $______________ � Option Year 4/Year 5: $__________, �Total Award Amount: $______________ �The Government may rely on internal documentation including the Federal Awardee Performance and Integrity Information System (FAPIIS) Past Performance Information Retrieval System (PPIRS) and contracting officer's knowledge of and previous experience with supply or service being acquired for determining Past Performance, if no record of past performance is found in FAPIIS or PPIRS, the contractor shall not receive a favorable or unfavorable rating, but shall receive a rating of neutral. Factor 4 � Price: The Contractor shall provide unit prices for the all categories for a Custom and Over the Counter Foot and Ankle Orthotic supplies. The Government will evaluate the quote to determine the price fair and reasonableness in accordance with FAR 13.106-3. � Offer must be good for 120 calendar days after submission. FOB Destination CONUS (Continental U.S.). �Shipping charges shall be included in the purchase cost of the product. �Sellers shall deliver the products on their own conveyance to the location listed on the award.� If you have any questions concerning the Price Schedule you can email me at Donovan.Conley@ihs.gov.� (x)�� �Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 2018), with its offer. Provisions:� FAR 52.216-1 � Type of Contract (Apr 1984), The Government contemplates award of a Firm-Fixed Price award resulting from this solicitation.� FAR 52.216-7 Single Award (Oct 1995), The Government will elect to award a single Blanket Purchase Agreement (BPA).� FAR 52.217-5 Evaluation of Options (Jul 1990) (xi)�� �FAR 52.212-4 Contract Terms and Conditions � Commercial Items (Oct 2018) applies to this acquisition.� Addendum to FAR 52.212-4 (g) Invoices.� 1.�� �Invoices: �Invoices shall be submitted in ARREARS: a.�� �Quarterly�� �[ � ] b.�� �Semi-Annually�� �[ � ] c.�� �Other [X] After shipment of order(s). � 2.�� �Government Invoice Address: �All invoices from the contractor shall be submitted electronically.� Invoicing/Billing: �Contractor shall establish a recordkeeping system of contractor services provided. Contractor may only bill for purchase of equipment provided to the IHS. �At the end of all item shipped, the contractor will submit an invoice for payment. Invoice Requirements and Supporting Documentation: �Supporting documentation and invoices must be submitted after product has been shipped out. �Changes or corrections shall be submitted by separate invoice. In addition to information required for submission of a �proper� invoice in accordance with FAR 52.212-4 (g) all invoices must include: �� �Name and address of Contractor �� �Invoice Date �� �Contract Number �� �Date of Supply Order �� �CLIN-Number:� �� �Provide Part Number, Description, Unit of Issue, Unit Price, and Total Price �� �FOB Destination, Shipping Cost Included in Price of Product� �� �Grand Total Price Electronic Invoicing: �All invoices are to be submitted by email to PHXAOAP-Team@ihs.gov. �� ��� �Phoenix Area Office Indian Health Service 40 N. Central Ave., 2 Renaissance Square Suite 512, Financial Management Branch Phoenix, AZ 85044-4424 The contractor shall accept payment for lease or purchase and services rendered under this contract as payment in full. �The Contractor shall not bill, charge, collect a deposit from, seek compensation, remuneration, or reimbursement from, or have any recourse against, any person or entity other than the IHS for lease or purchase and services provided pursuant to this contract. �It shall be considered fraudulent for the Contractor to bill other third parties for services rendered under this contract. �This provision shall survive the termination or ending of the contract. � � �� (xii)�� �FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Jan 2020), see attachment Clauses and Administrative Data.� (xiii)�� �Additional attachment for this commercial solicitation. � Attachments:� 1.�� �Combined Synopsis-Solicitation� 2.�� �Attachment A � BPA Terms and Conditions 3.�� �Attachment B � 2021 Tax Exemption Letter �� ��� � (xiv)�� �n/a � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� (xv)�� �RFQs are due by 5:00 PM PST on June, 4, 2021. Email the RFQ offers to Donovan.Conley@ihs.gov. �Questions are due before June 4, 2021 at 12:00 PM PST. �Offeror must confirm IHS receipt of their offer(s). �� You are reminded that representatives from your company SHALL NOT contact any Indian Health Service employees to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to Donovan Conley Contract Administrator.� � (xvi)�� �Contract Administrator is Donovan Conley, Contracting Specialist, Donvan.Conley@ihs.gov �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7f686faeb48d4928a4effb92b1d92c9a/view)
- Place of Performance
- Address: Whiteriver, AZ 85941, USA
- Zip Code: 85941
- Country: USA
- Zip Code: 85941
- Record
- SN06021057-F 20210605/210603230119 (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 |