Exam Tables for the Clinton Indian Health Center - 246-23-Q-0130 IEE Set-Aside
Agency: | HEALTH AND HUMAN SERVICES, DEPARTMENT OF |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159848176712949 |
Posted Date: | Jul 11, 2023 |
Due Date: | Jul 17, 2023 |
Solicitation No: | 246-23-Q-0130 |
Source: | https://sam.gov/opp/1acb0b41ba... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
- Original Published Date: Jul 11, 2023 08:21 am CDT
- Original Date Offers Due: Jul 17, 2023 10:00 am CDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Aug 01, 2023
-
Initiative:
- None
- Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
- Product Service Code: 6530 - HOSPITAL FURNITURE, EQUIPMENT, UTENSILS, AND SUPPLIES
-
NAICS Code:
- 423450 - Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
-
Place of Performance:
Clinton , OK 73601USA
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-0130. Submit only written quotes for this RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04.This solicitation is a 100% Buy Indian Small Buisness set-aside. The associated NAICS code is 423450.
This RFQ contains One (2) Line Items.
PERIOD OF PERFORMANCE: 30 DAYS AFTER AWARD DATE
Vendor Requirements: SEE ATTACHED SPECIFICATIONS
Submit Quotes no later than: 07/17/2023 10:00 a.m. CST to the Following Point of Contact: Krishna Harriman, Purchasing Agent, via Email: krishna.harriman@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:
Lowest Price Technically Acceptable
To be considered technically acceptable, items must meet the following:
- 500 lb. lifting capacity
- Manually engagement of actuator to lower table if power outage
- Meets US Access Board recommendations for accessibility with 18” uncompressed low seat height.
- Patient Transfer Position(PTP): must have low FLAT back position at 18” for true safe patient.
- Active sensing technology safety feature to pause movement when disrupting impact is detected.
- Smooth-start electromechanical actuator motors – Tamper resistant, UL-listed, duplex, hospital-grade electrical receptacles.
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 purchase order 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 Offerors-Commercial Products and Commercial Services (MAR 2023); FAR 52.212-3, Offeror Representations and Certifications-Commerical Products and Commercial Services (DEC 2022); FAR 52.222-22, Previous Contract and Compliance Reports (FEB 1999)
(the offeror should include a completed copy of these provisions with their quote).
CLAUSES: The following FAR clauses apply to this solicitation:
FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (DEC 2022); FAR 52.212-5 (JUN 2023), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Products and Commercial Services (to include the following clauses sited):
FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020; FAR 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023); FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021); FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020); FAR 52.219-28, Post Award Small Business Program Rerepresentation (Mar 2023); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (SEP 2016); FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020); FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); FAR 52.222-50, Combating Trafficking in Persons (Nov 2021); FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving (Jun 2020); FAR 52.223-20, Aerosols (Jun 2016); FAR 52.225-1, Buy American-Supplies (Oct 2022); FAR 52.225-13, Restriction on Certain Foreign Purchases (Feb 2021); FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Oct2018); FAR 52.239-1, Privacy or Security Safeguards (Aug 1996); FAR 52.222-41, Service Contract Labor Standards (Aug 2018); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014); FAR 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014); FAR 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022); FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022); HHSAR 352.226-4, Notice of Indian Small Business Economic Enterprise set-aside; HHSAR 352.226-7, Indian Economic Enterprise Representation; HHSAR 352.232-71, Electronic submission of payment requests.
The above Provisions and Clauses may be obtained via internet at https://www.acquisition.gov/browse/index/far
Miscellaneous:
NO FAX QUOTATIONS
ELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (krishna.harriman@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, UEI 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.
- 701 MARKET DRIVE
- OKLAHOMA CITY , OK 73114
- USA
- Krishna Harriman
- krishna.harriman@ihs.gov
- Phone Number 5803313487
- Jul 11, 2023 08:21 am CDTCombined 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.