MODIFICATION
70 -- Dell Servers and Workstations
- Notice Date
- 4/13/2022 10:07:48 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- PORTLAND AREA INDIAN HEALTH SERVICE PORTLAND OR 97209 USA
- ZIP Code
- 97209
- Solicitation Number
- 75H71322Q00052
- Response Due
- 4/21/2022 11:00:00 AM
- Archive Date
- 05/06/2022
- 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
- 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. 75H71322Q00052 has been issued as a Request For Quotation for a firm fixed price commercial items supply contract for computer servers and workstations (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 June 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 2022-05 dated March 7, 2022. �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 and required delivery date 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); 352.232�71 Electronic Submission of Payment Requests (FEB 2022) 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 334111 and the small business size standard is 1,250 employees. ATTACHMENTS: ATTACHMENT 1 � BRAND NAME JUSTIFICATION ATTACHMENT 2 � SCHEDULE OF ITEMS/SPECIFICATIONS/STATEMENT OF WORK 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. The respondent shall enter the unit price and extended totals for each item listed on Attachment 2. 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 3-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 April 21, 2022, 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, one day before the closing date at 11:00 PM, PST.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bd0dd4b298014aeba832fc8f37c2b801/view)
- Place of Performance
- Address: Salem, OR 97305, USA
- Zip Code: 97305
- Country: USA
- Zip Code: 97305
- Record
- SN06296787-F 20220415/220414232725 (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 |