Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2022 SAM #7569
SOLICITATION NOTICE

65 -- Procuring for New Brand Name or Equal Pintler Medical Patient Warming System Rev 6, Rev K and accessories. IHS, Phoenix Indian Medical Center

Notice Date
8/19/2022 6:56:25 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
PHOENIX AREA INDIAN HEALTH SVC PHOENIX AZ 85004 USA
 
ZIP Code
85004
 
Solicitation Number
RFQ-22-PHX-061
 
Response Due
8/29/2022 4:00:00 PM
 
Archive Date
09/29/2022
 
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)
 
Description
Request for Quotation (RFQ) RFQ Number: RFQ-22-PHX-061 Procuring for New Brand Name or Equal Pintler Medical Patient Warming System Rev 6, Rev K and accessories. � � General Information Product Service Code: 6515 � Medical and Surgical Instruments, Equipment and Supplies Title: Procuring for New Brand Name or Equal Pintler Medical Patient Warming System Rev 6, Rev K and accessories. RFQ Number: RFQ-22-PHX-061 Response Date and Time: 08/29/2022, 4:00 PM MST (AZ Time) Archive: 60 Days After the Award Date Recovery Act Fund: No Set Aside: Unrestricted NAICS Code: 334510 � Electromedical and Electrotherapeutic Apparatus Manufacturing Contracting Office Address: Indian Health Service (IHS), Phoenix Area Office (PAO), Division of Acquisition Management (DAM), 40 North Central Avenue, Two Renaissance Square, Phoenix, AZ 85004 Description: See Below Contract Administrator: Donovan Conley, Contract Specialist, 602-364-5174, donovan.conley@ihs.gov Place of Performance Address: Phoenix Indian Medical Center, 4212 North 16th Street, Bldg-9, Phoenix, AZ 85016 Description The Government will award a firm-fixed price Purchase Order resulting from this RFQ, to the responsible offeror whose offer is conforming to the �Brand Name or Equal� RFQ where best value is expected when utilizing Lowest Price Technically Acceptable (LPTA) procedures. � This RFQ is Unrestricted. �The North American Industry Classification System (NAICS) code is 334510 and the size standard is 1,250 employees. �The quote document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07 / 08-10-2022. The Phoenix Indian Medical Center, Operating Room (OR) Department is procuring for Brand Name or Equal Pintler Medical Patient Warming System Rev 6, Rev K and accessories.� � All questions regarding this RFQ for Items must be in writing and will be sent by email to donovan.conley@ihs.gov.� Questions must be received no later than August 29, 2022 at 4:00 PM MST (AZ Time). No further questions will be accepted after that date and time. You are reminded that representatives from your company SHALL NOT contact any Phoenix Indian Medical Center employees to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contract Administrator. � Schedule Please enter unit price(s) and amount(s) for all CLIN numbers. �Not providing unit prices or amount for all CLIN numbers will deem your offer non-responsive to the RFQ. � If you�re providing your own Schedule please include RFQ Number on Quote.� FAR 52.211-6, Brand Name or Equal - All items must comply and must have the alike salient characteristics of the items stated below, to include technical documentation to support products being offered as equal items. See Attachment A � Price Schedule Basis of Award This acquisition will utilize Lowest Price Technically Acceptable (LPTA) source selection procedures. This is a competitive LPTA best value source selection in which technically acceptable is considered the most important factor. �By submission of its offer, the Offeror accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. �Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. In order for an Offeror to be considered for award, the proposal must receive an �Acceptable� rating in every non-price factor. �Any proposal receiving a rating of �Unacceptable� in any non-price factor will not be further evaluated.� The Government intends to award one (1) purchase order for this RFQ request. For the purpose of award, the government shall evaluate offers based on the evaluation factors described below: FACTOR 1 � Technical (Acceptable/Unacceptable)� FACTOR 2 - Price Factor 1 � Technical: Offeror shall provide brief description of alike salient characteristics of the items stated in the Schedule, to include technical specification and product literature documentation to support products being offered as equal items. The Government will evaluate the contractor�s product technical specification and product literature to ensure that it reflect sound understanding of Factor 1 � Technical.� Ratings: Acceptable � Proposal clearly meets the minimum requirements of the solicitation. Unacceptable � Proposal does not clearly meet the minimum requirements of the solicitation.� Factor 2 � Price: The Government will evaluate the quote to determine the price fair and reasonableness in accordance with FAR 13.106-3(a). � 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.� Quotations Preparations Instructions: A completed quotation consist of four parts.� a)�� �Technical: Provide brief description of alike salient characteristics of the items stated above, to include technical documentation to support products being offered as equal items.� b)�� �Price Schedule: Provide product information and price(s) for all Contract Line Item Number (CLIN) numbers. �Include manufacturer name and model number, description of supply, unit of issue, unit price, extended total amount and grand total.� c)�� �In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at https://www.sam.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in SAM at https://www.sam.gov/ prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation [Note: Lack of registration in the System for Award Management will make an offeror ineligible for award.]. � d)�� �Offeror to fill out Contract Administrative Data in attachment Clauses and Contract Administrative Data Invoice Instructions:� Invoices are summited in Arrears.� Invoicing will be completed electronically at www.ipp.gov �or any successor site. Note: The IPP Helpdesk is itservicedesk@fiscal.treasury.gov� HHSAR Clause 352.232-71 Electronic Submission of Invoice Payment Requests (Feb 2022) (a) Definitions. As used in this clause -- Payment request means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must comply with the requirements identified in FAR 32.905(b), �Content of Invoices� and the applicable Payment clause included in this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests electronically using the Department of Treasury Invoice Processing Platform (IPP) or successor system. Information regarding IPP, including IPP Customer Support contact information, is available at www.ipp.gov or any successor site. (c) The Contractor may submit payment requests using other than IPP only when the Contracting Officer authorizes alternate procedures in writing in accordance with HHS procedures. (d) If alternate payment procedures are authorized, the Contractor shall include a copy of the Contracting Officer's written authorization with each payment request. (END OF CLAUSE) Contracting Officer Representatives (COR): TBD Acquisitions: Donovan Conley, Donovan.Conley@ihs.gov Additional Provisions The Office of Management and Budget (OMB) mandates that U.S. federal agencies use the Internet Protocol version 6 (IPv6). �In November 2020, OMB issued memorandum M-21-07 ""Completing the Transition to IPv6"", �which outlines the Federal government's strategic intent ""to deliver its information services, operate its networks, and access the services of others using only IPv6"". �The IHS requires all new IT systems (hardware and software) to operate in a pure IPv6 network environment. �This includes on-premises services or third-party hosted services that require network integration into the IHS network. �The Offeror's solution shall comply with the IPv6 standards profile as defined by the NIST USGv6 Program: https://www.nist.gov/programs-projects/usgv6-program Attachments: 1.�� �RFQ-22-PHX-061 Solicitation 2.�� �Attachment A � Price Schedule 3.�� �Attachment B � Clauses and Contract Administration Data 4.�� �Attachment C � 2022 Tax Exemption Letter 5.�� �Attachment D � Salient Characteristics Clauses� See attachment, Clauses and Contract Administration Data Provisions FAR 52.252-1 �� �Solicitation Provisions Incorporated by Reference �� �(Feb 1998)� This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite/hil/af.mil/vffara.htm FAR NUMBER�� ��� �TITLE�� ��� ��� ��� ��� ��� ��� �DATE 52.211-6�� ��� ��� �Brand Name or Equal�� ��� ��� ��� ��� �(Aug 1999) 52.212-2�� ��� ��� �Evaluation � Commercial Products and Commercial �� �(Nov 2021) �� ��� ��� ��� �Services a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation as follows: �Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. (Lowest Price Technically Acceptable). �The following factors shall be used to evaluate offers:� Factor 1 - Technical; Factor 2 � 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b5c057619ff946ef938c5428b47ba94e/view)
 
Place of Performance
Address: Phoenix, AZ 85016, USA
Zip Code: 85016
Country: USA
 
Record
SN06434624-F 20220821/220819230115 (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.