Oklahoma Bids > Bid Detail

BUY INDIAN SET-ASIDE - PAWNEE INDIAN HEALTH CENTER EYEGLASS REQUIREMENT

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159335425227818
Posted Date: Jan 18, 2024
Due Date: Feb 2, 2024
Source: https://sam.gov/opp/ba35937e5c...
Follow
BUY INDIAN SET-ASIDE - PAWNEE INDIAN HEALTH CENTER EYEGLASS REQUIREMENT
Active
Contract Opportunity
Notice ID
246-24-Q-0040
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
OK CITY AREA INDIAN HEALTH SVC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 18, 2024 02:05 pm CST
  • Original Date Offers Due: Feb 02, 2024 04:30 pm CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 6540 - OPHTHALMIC INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339115 - Ophthalmic Goods Manufacturing
  • Place of Performance:
    Pawnee , OK 74058
    USA
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) # 246-24-Q-0040. Submit only written quotes for this RFQ. This solicitation is 100% SET ASIDE for Buy Indian vendors. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02. The associated NAICS code is 339115.



PERIOD OF PERFORMANCE: approximately April 1 2024 – March 31 2025 plus 4 (four) option years.



Vendor Requirements: SEE ATTACHED STATEMENT OF WORK



Submit Quotes no later than: 02/02/2024 4:30p.m. CDT to the Following Point of Contact: Edson Yellowfish, Edson.Yellowfish@ihs.gov, via Email: Edson.Yellowfish@ihs.gov.



Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (completed as follows):



(a) The Government will award a firm fixed price contract 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. The following factors shall be used to evaluate offers:



Best Value (see criteria below)



The following factors shall be used to evaluate quotes:




  1. Quality (40%)

  2. Technical Capabilities (30%)

  3. Relevant Past Performance (20%)

  4. Pricing (10%)



Non-price factors, when combined, are significantly more important than cost or price (90/10)



Evaluation Factors shall be rated on the following descriptive ratings for Quality (40%), Technical Capabilities (30%) and Pricing (10%):



1. Excellent, 2. Very Good, 3. Satisfactory, 4. Poor 5. Unacceptable



Quality factor shall be evaluated based on quality of all materials. All materials shall meet American National Standards Institute (ANSI) specifications. It is the contractor’s responsibility to ensure the quote submits all applicable material for verification. Indian Health Service will evaluate on quality of eyeglass frames, lenses, durability, and warranty based on submittal.



Technical Capabilities shall be evaluated base on understanding of the Statement of Work, and planned execution of the project. This will include items as quality assurance and customer service, how to address potential problems, integration of new processes, understanding of logistics and schedule. Quality and depth of vendors skills and experience.



Pricing – due to the amount of pricing needed the Government will evaluate pricing for award purposes by selecting the 10 most utilized frames. This solicitation will result in a firm fixed price purchase order pursuant to the pricing submitted. Terms and conditions other than those stated will not be accepted. The above pricing is all inclusive.



Evaluation Factors shall be rated on the following descriptive ratings for Relevant Past Performance (20%):



1. Excellent, 2. Very Good, 3. Satisfactory 4. Neutral 5. Unacceptable



The offeror must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts/jobs.



Offerors shall provide, at a minimum, two (2) references for their most recently performed contracts in which similar or the same services were performed by the offeror within the last two (2) years from the date of proposal submission. Please list contracts that your firm has held with Government and/or commercial accounts. The offeror shall provide the following information in an attachment:




  • Agency or Customer Name/Address

  • Contract number (if applicable)

  • Contract Performance Period

  • Contract description of services (location, and description of services)

  • Type (type and quantity of personnel provided)

  • Dollar Value of contract

  • Point of Contact

  • name

  • phone

  • facsimile

  • Internet/E-Mail address




For each contract identified the offeror shall also provide a discussion of problems encountered and their correction, as well as their accomplishments during the performance of the contract.



If the offeror has no relative past performance they shall affirmatively state so.



In evaluating past performance the Government may also use information from its own files, information provided by the offeror, or from any other sources it deems appropriate. Offerors will be given the opportunity to clarify information concerning the relevancy of an offeror’s past performance information, and any adverse past performance information to which the offeror has not previously had an opportunity to respond.



NOTE: The Government reserves the right to contact any reference provided by the offeror in evaluating the offeror’s past performance. Furthermore, the Government reserves the right to use any information that comes to the attention of the Government in evaluating the offeror.



PROVISIONS: The following FAR provisions apply to this solicitation:



FAR 52.212-1, Instructions to Offeror- Commercial Items (SEP 2023); FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (NOV 2023) (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 (NOV 2023); FAR 52.212-5 (DEC 2023), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-8; FAR 52.219-13,; FAR 52.219-28,; 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 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving; FAR 52.225-1,Payment by Electronic Funds Transfer- System for Award Management; FAR 52.222-41,FAR 52.222-43 Fair Labor Standards Act and Service Contract Act – Price Adjustment. 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. (Edson.Yellowfish@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, DUNS 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.




Attachments/Links
Contact Information
Contracting Office Address
  • 701 MARKET DRIVE
  • OKLAHOMA CITY , OK 73114
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 18, 2024 02:05 pm CSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >