The RFP Database
New business relationships start here

Inscription House Health Center Installation of Nurse Call System


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

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement is a combined synopsis/solicitation. Therefore it constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The Navajo Area Indian Health Services, Kayenta Service Unit (KSU) is requesting for offers for a contractor to provide Installation of Nurse Call System for the Inscription House Health Center. The contractor shall be registered in the System for Award Management (SAM) system, and maintain an Active Entity account throughout the contract term.



(i) 2019-SD-IHHC-1384505 this solicitation will be in accordance to request for quotation (RFQ) utilizing FAR Part 12 Commercial Items and FAR Part 13 Simplified Acquisition Procedures This solicitation is issued as a Small Business Set-aside.


(ii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100.


(iii) The associated North American Industry Classification System code and small business size standard that will be utilized for this requirement is 334290 and the business size standard is 750 employees.

(iv) Items below will be requested.


***See Attachments***


(v) Purpose of the Contract: This requirement is for Nurse Call Upgrade and Repair for the Inscription House Health Center.


(vi) Date & Place of Deliver: Date: TBD; Inscription House Health Center, U.S. Highway 98 & Navajo Route 16 , Tonalea, AZ, 86044.


(vii) Statement of Work:


***See Attachments***


(viii) Evaluation Factors: The Government reserves the right to issue a single award or multiple awards to the schedule contractor(s) whose quote represents the best value as defined by FAR 2.101. In determining best value, the following evaluation factors will be considered:


1. Technical Capability:
Warranty Terms
Service Coverage (if applicable)


2. Logistics:
Delivery Terms
Socioeconomic Status (Small Business)


3. Price: technical factors are significantly more important than price, price will be used as a form of tie breaker if should two or more responses be equal of points.


The FAR provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference.


CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer.


THE FOLLOWING FEDERAL AQUISTION CLAUSES WILL APPLY TO ANY RESULTANT CONTRACT:
PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where federally funded children's services are provided. AWARD DECISION: The Government will award a 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: The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-9, 52.211-6, 52.211-16, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.228-5, 52.229-3, 52.232-18, 52.242-15, 52.242-17, 352.202-1, 352.215-1, 352.215-70, 352.223-70, 352.224-70, 352.232-9, 352.270-2, 352.270-3, 352.270-4, 352.270-6, and 352.270-7. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-41, 52.222-42, 52.222-43, 52.223-9, 52.225-13 and 52.232-33


Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at http://www.arnet.gov and http://www.hhs.gov/oamp/dap/hhsar.html.


PROPOSAL SUBMISSION INSTRUCTIONS: All responsible offerors may submit a proposal, which shall be considered via email to Sheila.Denny@ihs.gov, Department of Acquisition Management and Contracts, no later than 4:30 p.m., MDT on July 26, 2019.


 


Sheila D. Denny, Contract Specialist, Phone 9286974027, Email Sheila.Denny@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP