Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 06, 2022 SAM #7372
SOLICITATION NOTICE

70 -- Computers and Webcams for Western Oregon Service Unit

Notice Date
2/4/2022 10:49:47 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
PORTLAND AREA INDIAN HEALTH SERVICE PORTLAND OR 97209 USA
 
ZIP Code
97209
 
Solicitation Number
75H71322Q00012
 
Response Due
2/7/2022 12:00:00 PM
 
Archive Date
02/22/2022
 
Point of Contact
Allan Gaerlan, Kelly Heflin
 
E-Mail Address
Allan.Gaerlan@ihs.gov, kelly.heflin@ihs.gov
(Allan.Gaerlan@ihs.gov, kelly.heflin@ihs.gov)
 
Small Business Set-Aside
BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
 
Description
The following is an amendment to solicitation no. 75H71322Q00012-Computers and Webcams for Western Oregon Service Unit. Item 0002, under B-Schedule of items-Logitech C920s Pro HD webcam model # 960-001257 is also acceptable, see updated Attachment 1- Schedule of Items, section B. Offer Due date is extended from 11:00 AM, PST to 3:00 PM, PST, February 7, 2022. 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; proposal are being requested and a written solicitation will not be issued. Solicitation no. 75H71322Q00012 has been issued as a Request For Quotation for a firm fixed price commercial items supply contract for computers (Bundle: monitor, keyboard and mouse), located at Salem, OR at one lump sum price for items on the Schedule of Items (Attachment 1). The required delivery date is March 01, 2022. The delivery location and place of acceptance is Chemawa Indian Health Center, Western Oregon Service Unit, 3750 Chemawa Rd NE Salem, OR 97305, and F.O.B. Destination. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-03 dated December 30, 2021. �The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation � Commercial Items, applies to this acquisition. Price shall be used to evaluate offers. Offerors are advised to submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications � Commercial Items, with its offer. 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 and these clauses: FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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/these address: http://www.acquisition.gov. 52.204-7, System for Award Management (Oct 2018), 52.222-3, Convict Labor (June 2003), 52.222-26, Equal Opportunity (Sept 2016), 52.232-1, Payments (Apr 1984), 52.232-8, Discounts for Prompt Payment (Feb 2002), 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013), 52.233-1, Disputes (May 2014), 52.233-3, Protest after Award (Aug 1996) DEPARTMENT OF HEALTH AND HUMAN SERVICES ACQUISITION REGULATION (HHSAR) (48 CFR CHAPTER 3) CLAUSES: 352.239-73, Electronic and Information Technology Accessibility Notice (Dec 2015); 352.239-74, Electronic and Information Technology Accessibility (Dec 2015) This requirement 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, IHS will then evaluate quotes and consider award to other small business concerns under the following the 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 HubZone Small Businesses � 4th Tier-Small Disadvantage Businesses � 5th Tier-All Other Small Business Concerns �The NAICS code is 334118 and the small business size standard is 1,000 employees. ATTACHMENTS: ATTACHMENT 1 � SCHEDULE OF ITEMS/SPECIFICATIONS/STATEMENT OF WORK ATTACHMENT 2 � BRAND NAME JUSTIFICATION ATTACHMENT 3 � INDIAN FIRM REPRESENTATION FORM QUOTATION INSTRUCTIONS: Offerors shall provide quotations for each CLIN based on the requirements described in the Schedule of Items. Submission shall be in the Schedule of Items format (Attachment 1). The respondent shall enter the unit price and extended totals for each item listed on Attachment 1. The price shall include necessary supervision, management, labor, transportation, equipment, materials, shipping and any other direct incidentals costs, overheard and profit, unless the cost is identified as separate priced contract line item. In addition, respondent(s) must complete Attachment 4-Indian Representation Form and submit with respondent�s quotation. Award will be made to the responsible respondent pursuant to FAR subpart 9.1. Quotes are due by Monday, February 7, 2022, at� 11:00 AM PST. E-mail the quote to allan.gaerlan@ihs.gov and include the reference ID in the e-mail subject line. For information regarding this solicitation, contact Allan Gaerlan at Allan.Gaerlan@ihs.gov. Questions are due via e-mail to allan.gaerlan@ihs.gov, two days before the closing date at 1:00 pm PST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/be927da2422e4b55a8916811df6f3b12/view)
 
Place of Performance
Address: Salem, OR 97305, USA
Zip Code: 97305
Country: USA
 
Record
SN06233962-F 20220206/220204230111 (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.