The RFP Database
New business relationships start here

Infant Nutritional Supplies


Arizona, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Indian Health Service (IHS), Phoenix Area Office (PAO), Division of Acquisition Management (DAM)
Place of Performance: Phoenix Indian Medical Center (PIMC), Phoenix, AZ

Solicitation No: 17-247-SOL-00076 Date Issued: July 14, 2017


Due Date: Monday, August 14, 2017 by 4:00 PM MST


Issued by: Donovan Coney, Contract Specialist
Email: donovan.conley@ihs.gov Telephone: 602-364-5174


Email Proposals:
Donovan.Conley@ihs.gov

The Government intends to award one Firm-Fixed Price Indefinite Delivery Requirements contract resulting from this combined synopsis/solicitation, to the responsible offeror whose offer is conforming to the "Brand Name or Equal" synopsis/solicitation where best value is expected when utilizing Lowest Price Technically Acceptable (LPTA) procedures in accordance with FAR 15.101-2. The period of performance is for a one base (1) year and the four (4) one (1) year options.


Infant Nutritional Supplies


The Indian Health Service (IHS), Phoenix Area Office (PAO), Division of Acquisition Management (DAM) intends to procure for infant nutritional supplies for the Women Infant Service Line (WISL) department at the Phoenix Indian Medical Center, Phoenix, AZ.


Place of Performance:

Phoenix Indian Medical Center
4212 North 16th Street
Material Management Department
Phoenix, AZ 85016
Attention: Charles Arthur


NOTICES:


1. This is a Combined Synopsis/Solicitation.


2. ISSUED AS FULL AND OPEN COMPETITION
The NAICS Code/Size Standard: 311999 / 500 Employees


3. Any questions regarding this announcement must be submitted in writing no later than August 11, 2017 by 4:00 PM MST to Donovan Conley via email at Donovan.Conley@ihs.gov.


SECTION I - COMBINED SYNOPSIS & SOLICITAION NOTICE


This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR Part 13, Acquisition Procedures; and as supplemented with additional information included in this notice. This announcement constitutes the only solicitations; proposals are being requested and a written solicitation will not be issued. The Solicitation Number is 17-247-SOL-00076. This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-95 dated January 13, 2017.


FULL AND OPEN COMPETITION - NAICS Code/Size: 31199 / 500 Employees



SECTION II - INSTRUCTIONS TO OFFERORS: ADDENDA
FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEM


This section specifies the format and content that offerors shall use in response to this Request for Proposals (RFP). Offerors shall submit a response that is legible and comprehensive enough to provide the basis for a sound evaluation by the Government. Information provided shall be precise, factual and complete. Legibility, clarity, completeness and responsiveness are important. Proposals shall be in the form prescribed by, and shall contain a response to, each of the areas identified below. Any proposal which does not meet the requirements of the solicitation may be determined to be substantially incomplete and may result in rejection of the offeror's entire proposal.

The proposal shall be submitted in two separate sections:


Factor 1: Technical (Acceptable/Unacceptable)
Sub-Factor: 1.A: Technical
Sub-Factor: 1.B: Past Performance
Factor 2: Price


Factor 1: Technical:

Sub-Factor: 1.A: Technical


Offeror shall provide brief description of alike salient characteristics of the items stated in the Price Schedule, to include technical specification documentation to support products being offered as equal items. If offering an equal product; product must provide product literature, product ingredients, product nutrition, product preparation, and product features.


Sub-Factor: 1.B: Past Performance


Offerors are required to provide one to three current, or recently completed Federal, State, local government, or private contracts under which you have provided the same or similar products required in this solicitation within the last five (5) years. Contracts cited must be current, or have ended not more than five (5) years prior to the closing date of this solicitation. If the contract performance ended more than five (5) years prior to the closing date of the solicitation it will be determined neutral.


The data for each reference shall contain at a minimum the following:


Company Name:___________________________________
Address:_________________________________________
Contact Name:_____________________________________
Contact Telephone No:_______________________________
Contact Fax No:_____________________________________
E-mail Address:_____________________________________
Contract Number (if applicable):________________________
Supplies Provided:___________________________________
Service Period:______________________________________
Information Comments:_______________________________


If the offeror does not possesses relevant past performance, the offeror shall submit a statement affirming that it possesses no relevant Past Performance.


The Government may contact the POCs listed on the Past Performance Information Sheets. POCs must be either Government personnel (civil service or military) or employees of private sector clients with whom it has provided services/supplies. Information provided by or for POCs who work directly for the offeror or a teaming partner will be determined not relevant.


The Government reserves the right to consider other past performance information at its disposal, in addition to any information obtained from the references provided.


Page limitation for Past Performance: The total number of pages shall not exceed five (5) pages, excluding a cover letter and title page. If Past Performance contains more than the mandated page count then only the first five (5) pages will be evaluated.


Factor 2: Price


The offeror shall include the following:


• Completed "Pricing Schedule" that accompanies solicitation as an attachment.


• Adequate price competition is expected for this acquisition. Offeror shall submit individual line item pricing for each item below. Offerors shall submit firm-fixed pricing for the requirement. Include commercial price lists; any applicable discounts, GSA/VA Contracts and F.O.B Destination to the Government. Offerors shall include estimated timeframe, after the receipt of order, for delivery of supplies.


• Prices shall be good for 60 days.


FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEM (JAN 2017)
Registration in SAM


Vendors not registered in the System for Award Management (SAM) database at the time the requirement is to be awarded will not be considered. Vendors may register with SAM by going to the website - www.sam.gov. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 2017) is included by reference (full text is available electronically at http://www.acquisition.gov/far. A completed copy of this provision must be included with response. Offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (b) through (l) of this provision.


Only written requests for additional information will be accepted. Notification of any changes shall be made only on the
FedBizOpp website.


Acknowledgement of solicitation number 17-247-SOL-00076 as well as all amendments (if applicable) must be made. Acknowledgement may be in the form of an email with the solicitation, signature on any amendments and the pricing schedule.


Questions


Any questions must be addressed to Donovan.Conley@ihs.gov by email only no later than August 11, 2017 by 4:00 PM MST.


No phone calls will be accepted.


Responses


All responses should be submitted electronically to Donovan.Conley@ihs.gov by Monday, August 14, 2017 by 4:00 PM MST. The Technical, Past Performance, and Price shall be submitted via e-mail only. Files shall be in Microsoft Word, Microsoft Excel or Adobe PDF only.
Subject line should read: Solicitation #17-247-SOL-00076
Emails shall be no larger than 10 MB
All proposals shall include the following information on its cover page:


• Complete company name and address
• Company Point of Contact (POC) including title, email address and phone number
• Cage Code
• DUNS Number
• TIN Number


Period for Acceptance of Offers


The offeror agrees to hold the prices in its offer from for 60 calendar days from the date specified for receipts of offers within which offer may be accepted. .



SECTION III - PRICE SCHEDULE, See attachment Soliciation Number #17-247-SOL-00076 for more information.


The Contractor shall furnish all required Infant Nutritional Supplies as listed in the Pricing Schedule in accordance with the Price Schedule and all other terms and conditions specified herein.


a. Period of the Contract: One (1) base year and four (4) one (1) year options.
b. The minimum amount the Government will order is $500.00 and the maximum value the Government will acquire is $120,000.00 under this contract.


DELIVERY LOCATION:


Phoenix Indian Medical Center
4212 North 16th Street, Warehouse, Bldg-9
Attention: Charles Arthur
Phoenix, AZ 85016.
Phone: 602-263-1533


Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC).


SALIENT CHARACTERISTICS: See attachment Soliciation Number #17-247-SOL-00076 for more information.


PRICING SCHEDULE: See attachment Soliciation Number #17-247-SOL-00076 for more information.



SECTION IV - STATEMENT OF WORK (SOW)


Project Title: Infant Nutritional Supplies


1. Requirements:


Contractor shall provide infant nutritional supplies for the Women Infant Service Line (WISL) department at the Phoenix Indian Medical Center. PIMC WISL department is a certified Baby-Friendly Hospital Initiative (BFHI) hospital to offer an optimal level of care for infant feeding and mother/baby bonding. PIMC provides all mothers the information, confidence, and skills necessary to successfully initiate and continue breastfeeding their babies or feeding formula safely.


The technical requirements shall include all infant nutritional supplies described within the Price Schedule (See Section III, Price Schedule). Offerors shall provide product literature, product ingredients, product nutrition, product preparation, and product features along with their proposals.


The Contractor shall not provide substitutions or alterations to the product to be ordered without the express written consent from the Contracting Office and the approval from PIMC. The Contractor shall make no adjustments, changes, deletions or additions to the list of products to be provided without a written contract modification from the Contracting Officer. Request for modification must be submitted in writing to the Contract Specialist as specified in the Instructions to Offerors.


The Contractor shall provide product support to PIMC. The Contractor shall appoint a representative for the routine interactions with the PIMC. The Contractor shall provide a name, email address, and phone number for this individual. If the Contractor changes its appointed representative, it must notify PIMC in writing and provide the new representatives contact information. This individual shall be well-versed in the items provided by the Contractor under the contract and be able to address any technical issues/questions.


The supplies shall be compliant with the Food and Drug Administration (FDA) Infant Formula Act (IFA) requirements to market and deliver of infant nutritional products for use in the United States of America. Offerors must notify the Contract Specialist identified in this requirement in the event there are any non-compliance issues with the product being supplied.


Contractor shall be the original supply manufacturer, authorized dealer, authorized distributor or authorized reseller for the proposed supplies.


2. Ordering Procedures:


The Contractor shall be responsible on providing either a web-site ordering process or worksheet for supplies to be ordered. Orders shall be delivered FOB Destination. All damaged products must be returned within 30 days after delivery or sooner and the Contractor will provide prepaid return labels and phone number with their designated transportation carrier. No additional charges or shipping may be levied against the Government in order to meet this requirement and the cost of shipping/delivery will be included in the contract. The Contractor shall provide email notices to the Ordering Officials to return damages products. On the last day of month the Contractor shall provide PIMC an invoice for the ordered infant nutritional supplies.


The Government will issue Task Order(s) as the need arises either in a lump sum for the year or for individual emergencies.


3. Estimated Quantities by Line Item: See attachment Soliciation Number #17-247-SOL-00076 


 
FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS (OCT 2014)
SECTION V - BASIS FOR AWDARD


This acquisition will utilize Lowest Price Technically Acceptable (LPTA) source selection. This is a competitive LPTA where best value is expected to result from the selection of the technically acceptable proposal with the lowest evaluated price. By submission of its offer, the Offeror accepts all solicitation requirements, including BPA 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.


The Government intends to award one (1) indefinite delivery requirement contract from this solicitation.


For the purpose of award, the government shall evaluate offers based on the evaluation factors described below:


Factor 1: Technical (Acceptable/Unacceptable)


Sub-Factor: 1.A: Technical
Sub-Factor: 1.B: Past Performance


Factor 2: Cost/Price


Factor 1 - Technical (Acceptable/Unacceptable):


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.


Ratings:
Acceptable - Proposal clearly meets the minimum requirements of the solicitation.
Unacceptable - Proposal does not clearly meet the minimum requirements of the solicitation.



Sub-Factor 1.A: Technical.


Offeror shall provide technical specification literature for their products offered that meet or exceed the items listed under paragraph 6 Specification in the BPA Terms and Conditions.


The Government will evaluate the contractor's technical specification or literature to ensure that it reflects a sound understanding of Sub-Factor 1.A: Technical.



Sub-Factor 1.B: Past Performance


The Government will evaluate the offeror's past performance references to determine whether the offeror has provided relevant and successful performance history. Contractor shall notify all references that have been provided to the Indian Health Service for their solicitation and respond within one (1) business day for email or telephone contact by the Service Unit.


Past performance information may be obtained from any other sources available to the Government, such as Past Performance Information Retrieval System (PPIRS) and interviews with Contracting Officer's Representatives/Technical Liaisons.


The Government reserves the right to utilize other information not provided by the vendor and will evaluate information readily available. It is the responsibility of the offeror to ensure names and phone numbers of points of contact are verified and accurate. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance (FAR 15.305(a)(2)(iv)). The offeror will receive a neutral rating.


Past Performance reference format:

Company Name:___________________________________
Address:_________________________________________
Contact Name:_____________________________________
Contact Telephone No:_______________________________
Contact Fax No:_____________________________________
E-mail Address:_____________________________________
Contract Number (if applicable):________________________
Supplies Provided:___________________________________
Service Period:______________________________________
Information Comments:_______________________________


FACTOR 2 - Price


The Government will evaluate the proposals to determine the price fair and reasonableness in accordance with FAR 13.106-3(a).


Offer must be good for 60 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.


RATING METHODS


Factor 1 - Technical: Adjective Rating:
One of the following ratings will be assigned.


TECHNICAL RATINGS
Rating Definition
Exceptional Greatly exceeds all minimum requirements of the criteria; has a high probability of success; contains no weaknesses or deficiencies.
Very Good Exceeds all the minimum requirements of the criteria; has an above average probability of success; contains no significant weaknesses and only minor, correctable weaknesses exist.
Satisfactory Meets all the minimum requirements of the criteria; has an average probability of success; no significant weaknesses and any deficiencies can be readily corrected.
Marginal Fails to meet one or more of the minimum requirements of the criteria; low probability of success; major weaknesses and/or significant number of deficiencies exist
Unacceptable Fails to meet any of the minimum requirements of the criteria; proposal needs major revisions; very low probability of success.



Factor 2 - Past Performance Ratings:
One of the following ratings will be assigned.


PAST PERFORMANCE RATINGS
Rating Description
Very Low Risk Offer's past performance record provides essentially no doubt that the offeror will successfully perform the required effort.
Low Risk Offer's past performance record provides little doubt that the offeror will successfully perform the required effort.
Moderate Risk Offer's past performance record, although satisfactory, provides some doubt that the offeror will successfully perform the required effort.
High Risk Offeror's past performance record provides substantial doubt that the offeror will successfully perform the required effort.
Neutral/Unknown Risk The offer has no relevant past performance record. A thorough search was unable to identify any past performance information.

SECTION VI - CONTRACT CLAUSES AND ADMINISTRATIVE DATA, see attachment Soliciation Number #17-247-SOL-00076 for more information. 

SECTION VII - PROVISIONS, see attachment Solicitation Number #17-247-SOL-00076 for more information.   



Donovan Conley, Phone 602-364-5174, Fax 602-364-5030, Email donovan.conley@ihs.gov - John Stout, Contracting Officer, Phone 602-364-5360, Email John.Stout@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP