The RFP Database
New business relationships start here

Laboratory Supplies (Bio-Fire), PIMC


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

Laboratory Supplies (Bio-Fire), PIMC, Phoenix, AZ

1. This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in Subpart 12.6 and Subpart 13.5, in conjunction with the policies and procedures for solicitation, evaluation, and award. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.


2. Solicitation number RFP-18-PHX-09 is being issued as a Request for Proposal (RFP).


3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. The full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulation Supplement (HHSAR) can be accessed via the Internet at http://farsite.hill.af.mil/vffara.htm (FAR) and http://farsite.hill.af.mil/vfhhsara.htm (HHSAR).


4. This requirement is being solicited as a Brand Name and 100% set-aside for Native American Own business firm. The North American Industry Classification System (NAICS) code is 325413, In-Vitro Diagnostic Substance Manufacturing, and the applicable size standard is 1250 people.


5. This requirement will consists of five (05) line items:
0001 - Laboratory Supplies (Bio-Fire), PIMC Phoenix, AZ
0002 - Option Year One (1):Laboratory Supplies (Bio-Fire), PIMC Phoenix, AZ
0003 - Option Year Two (2):Laboratory Supplies (Bio-Fire), PIMC Phoenix, AZ
0004 - Option Year Three (3):Laboratory Supplies (Bio-Fire), PIMC Phoenix, AZ
0005 - Option Year Four (4):Laboratory Supplies (Bio-Fire), PIMC Phoenix, AZ


6. This requirement is to provide laboratory supply items for Phoenix Indian Medical Center (PMC) of the Phoenix Area Indian Health Service (PAIHS). See attached Price Schedule with the estimated quantity per year and product description.


The Government reserves the right to issue a Firm-Fixed Priced, multiple, Indefinite-Delivery Indefinite-Quantity (IDIQ) award(s) against this solicitation for a period of 60 days after the issuance of the first contract until the needs and scheduling requirements are achieved.
Proposal shall be submitted via email with subject identifying the RFP number to be considered. This IDIQ will have Delivery Orders placed against it, which will be funded at the time of order.


Best value will be determined by meeting specifications and lowest cost alternative to the government. We have identified a specific brand name, see attach Brand Name Justification. Quotes are all inclusive and shall be submitted on via email to be considered. Final price shall include any discounts for the items listed. FOB Destination. Products shall be provided on an as needed basis as scheduled by the Health System Specialist. IHS Phoenix Area intends to solicit, negotiate, and award a Multiple-Award IDIQ inclusive of all line items, however, the Government reserves the right to issue one award.


7. The location and address of the service unit location is Phoenix Indian Medical Center (PIMC) 4212 North 16th Street, Phoenix, Arizona. The Period of Performance will be 12 months with four (4), 12-month option periods years is anticipated to be made as a result of this solicitation. The total length of contract will not exceed 5 years from supplies.


8. INSTRUCTIONS TO OFFERORS:
52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation.(Jan 2017)


9. PROVISIONS/CLAUSES:
52.212-2, Evaluation - Commercial Items: applies to this solicitation.
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.
52.212-3 Offeror Representations and Certifications - Commercial Items; Offeror's are to include a COMPLETED COPY OF THE PROVISION WITH YOUR OFFER, unless offeror has a current System for Award Management (SAM) certification. A copy of the provision may be attained from http://farsite.hill.af.mil/vffara.htm.


52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda (JAN 2017);
52.216-27 Single or Multiple Awards (Oct 1995),
352.202-1, Definitions (Jan 2006), 352.223-70, Safety and health (Jan 2006), 352.224-70, Privacy Act (Jan 2006), 352.227-70, Publications and Publicity (Jan 2006);


TAXES:
THE DEPARTMENT OF HEALTH AND HUMAN SERVICES, PHOENIX AREA INDIAN HEALTH SERVICE IS TAX EXEMPT UNDER A.R.S. 42-5063 (C)(3)(a), 42-5067 (B)(1), 42-5065 (B)(2)(a), 42-5066 (B)(3)(a), 42-5074 (B)(7), 42-5071 (B)(2)(a), 42-5061 (A)(25)(a), and 42-5159 (A)(13)(a), (b), (c) STATE OF ARIZONA DEPARTMENT OF REVENUE.


52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2018); The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006), 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016), 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016), 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013), 52.222-3, Convict Labor (June 2003), 52.222.19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018), 52.222-21, Prohibition of Segregated Facilities (Apr 2015), 52.222-26, Equal Opportunity (Sep 2016), 52.222-35, Equal Opportunity for Veterans (Oct 2015), 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014), 52.222-37, Employment Reports on Veterans (Feb 2016), 52.222.40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010), 52.222-54, Employment Eligibility Verification (Oct 2015), 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13, Restrictions on Certain Foreign Purchases (June 2008), 52.232.-29 Terms of Finance of Purchase of Commercial Items (Feb 2002),52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013)


 


52.216-18 Ordering. (Oct 1995)
(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from ___TBD_______ through ___ TBD _____.
(b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control.
(c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause)


52.216-19 Order Limitations. (Oct 1995)
(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than _1 quantity______ [insert dollar figure or quantity], the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.
(b) Maximum order. The Contractor is not obligated to honor-
(1) Any order for a single item in excess of ___1 quantity_______ [insert dollar figure or quantity];
(2) Any order for a combination of items in excess of __295 quantity__ [insert dollar figure or quantity]; or
(3) A series of orders from the same ordering office within ___365_______ days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section.
(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section.
(d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within _60_ days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.
(End of clause)
52.216-22 Indefinite Quantity. (Oct 1995)
(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.
(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum."
(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.
(d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after ___TBD__________ [insert date].
(End of clause)
52.216-27 Single or Multiple Awards. (Oct 1995)
The Government may elect to award a single delivery order contract or task order contract or to award multiple delivery order contracts or task order contracts for the same or similar supplies or services to two or more sources under this solicitation.
(End of provision)


10. The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition.


11. RESPONSES ARE DUE BY: Monday, August 27, 2018 by 2:00 p.m. Arizona Standard Time (NOTE Arizona does not observe Daylight Savings Time). Electronic submissions of offers are preferred and can be sent via E-mail to Felicia.aspaas@ihs.gov. The Subject in the email must contain the RFP number, example; "RFP-18-PHX-09 - (company Name)". The size limit for incoming E-mail is 10MB.


12. For information concerning this solicitation please contact Felicia Aspaas, Contract Specialist, at 602-364-5032 or via email at Felicia.aspaas@ihs.gov. Submit all questions via email. Question(s) are DUE Monday, August 20, 2018 by 2:00 p.m. Arizona Standard Time. The Contracting Officer for this acquisition is Barbara Bonnette.


 


Attachments:
Brand name
Price Schedule


Felicia Aspaas, Contract Specialist, Phone 602-364-5032, Fax 602-364-5030, Email felicia.aspaas@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP