SOLICITATION NOTICE
65 -- WEWOKA IHS DENTAL SUPPLIES
- Notice Date
- 6/13/2023 8:07:35 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339114
— Dental Equipment and Supplies Manufacturing
- Contracting Office
- OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
- ZIP Code
- 73114
- Solicitation Number
- 242-23-Q-0115
- Response Due
- 6/23/2023 12:00:00 PM
- Archive Date
- 07/08/2023
- Point of Contact
- Mary Ann Yocham, Phone: 4059516043, Fax: 4059513771
- E-Mail Address
-
MaryAnn.Yocham@ihs.gov
(MaryAnn.Yocham@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 Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ) # 246-23-Q-0115 to establish a competitive single award blanket purchase agreement for dental supplies.��Submit only written quotes for this RFQ. This solicitation is a 100% BUY INDIAN Set Aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04.� The associated NAICS code is 339114. This RFQ contains One (1) Line Item: CLIN DESCRIPTION ITEMS Base 07/17/2023 � 07/16/2027 SEE ATTACHMENT PERIOD OF PERFORMANCE: 07/17/2023 � 07/16/2027 The estimated value of the BPA is $240,000 over four years ($60,000 annually) Vendor Requirements: ��SEE ATTACHED SPECIFICATIONS Submit Quotes no later than: 06/23/2023 2:00p.m. CDT� to the Following Point of Contact: Mary Ann Yocham, Contract Specialist, via Email: maryann.yocham@ihs.gov. Evaluation:� FAR 52.212-2 Evaluation -- Commercial Items (completed as follows): (a) The Government will award a firm fixed price BPA resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered equally. The following factors shall be used to evaluate offers: Best Value (see criteria below) *Contractor�s ability to provide online ordering capabilities *Price (see attached pricing schedule) Pricing will be evaluated by multiplying the quantity of the individual items on the pricing scheduled and then adding all prices together for a cumulative price.� Out years will be included in the price evaluation. *Past Performance *Vendor must be registered through SAM. VENDORS SHALL SUBMIT THE FOLLOWING: COMPLETED PRICE SCHEDULE � MUST BE COMPLETED FOR CURRENT AND OUT YEARS WEBSITE AND ORDERING PROCEDURES 3 PAST PERFORMANCE REFERENCES VENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT DESCRIPTITVE LITERATURE SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING SOLICITED This solicitation will result in a firm fixed price BPA pursuant to the terms and conditions below.� Terms and conditions other than those stated will not be accepted.� The above pricing is all inclusive.� PROVISIONS:� The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (the offeror should include a completed copy of this provision with their quote). CLAUSES:� The following FAR clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018); FAR 52.212-5 (Mar 2020), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited):� FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023); FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020); FAR 52.219-28, Post Award Small Business Program Representation (Mar 2023); FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.222-54, Employment Eligibility Verification (May 2022); FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving;� FAR 52.225-1, Buy American Act--Supplies;� FAR 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (Dec 2022);� FAR 52.225-5, Trade Agreements (Dec 2022);� FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.232-36, Payment by Third Party (May 2014); FAR 52.242-5, Payments to Small Business Subcontractors (Jan 2017); FAR 52.247-64, Preference for Privately Owned U.S. �Flag Commercial Vessels (Feb 2006).��The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. Miscellaneous: NO FAX QUOTATIONS ELECTRONIC SUBMISSIONS � SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (maryann.yocham@ihs.gov)� All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award.� Please submit the following information with each quote: Vendor Name, Cage Code, EIN number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability.� Failure to provide sufficient technical detail may result in rejection of your quote.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/35599a3564684a82bc910ea40050c3ad/view)
- Place of Performance
- Address: Wewoka, OK 74884, USA
- Zip Code: 74884
- Country: USA
- Zip Code: 74884
- Record
- SN06714443-F 20230615/230613230117 (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 |