The RFP Database
New business relationships start here

Nurse Call Install


Oklahoma, 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 FAR Part 12.603. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

The solicitation is issued as Request for Quotes (RFQ) 246-19-Q-0047.

This procurement is 100% small business set-aside under NAICS code 238210 with a standard business size of $15 million.

Contractor shall provide a firm, fixed-price for a nurse call installation system for Wewoka Indian Health Center.
The period of performance for this requirement is 90 calendar days from Notice to Proceed.

Questions are due no later than Wednesday May 22, 2019 12pm CST. Site visits shall be scheduled with the COR and are required to be scheduled by Monday May 20, 2019. The closing date for receipt of quotes is Wednesday May 29, 2019. The offer shall be received by email to Katrina.Eaton@ihs.gov or in a sealed envelope, addressed to this office, showing the solicitation number, and your name and address, no later than 5:00 p.m. CST, on May 29, 2019.


TELEPHONE INQUIRIES SHALL NOT BE ACCEPTED AND TELEPHONE CALLS SHALL NOT BE RETURNED.



CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.acquisition.gov and https://www.hhs.gov/grants/contract/contract-policies-regulations/hhsar/index.html


The provisions of 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018), applies to this acquisition. In addition to the information required in FAR 52.212-1, offeror shall provide submittal information for the proposed nurse call system.


The provisions of 52.212-2, Evaluation - Commercial Items (Oct 2014) applies to this acquisition. The contract shall be awarded to the Lowest Priced Technically Acceptable offeror. The technical evaluation shall be a determination based on information furnished by the vendor in the submitted proposals.


Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) OR indicate certifications in SAM at
https://www.sam.gov


The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 System for Award Management (Oct 2018), 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011), 52.223-6 Drug-free Workplace (May 2001), 52.236-2 Differing Site Conditions (Apr 1984); 52.236-5 Material and Workmanship (Apr 1984); 52.236-6 Superintendence by the Contractor (Apr 1984); 52.236-7 Permits and Responsibilities (Nov 1991); 52.236-9 Protection of Existing Vegetation, Structure, Equipment, Utilities and Improvements (Apr 1984); 52.236-12 Cleaning Up (Apr 1984); 52.236-13 Accident Prevention (Nov 1991); 52.236-14 Availability and Use of Utility Services (Apr 1984); 52.236-15 Schedules for Construction Contracts (Apr 1984); 52.236-21 Specifications and Drawings for Construction (Feb 1997); 52.236-26 Preconstruction Conference (Feb 1995); 52.236-27 Site Visit (Construction) (Feb 1995); 52.243-1 Changes-Fixed Price (Aug 1987), 52.246-1 Contractor Inspection Requirements (Apr 1984), 52.246-17 Warranty of Supplies of a Noncomplex Nature (June 2003), 352.224-70 Privacy Act (Dec. 18, 2015), 352.237-71 Crime Control Act of 1990-Reporting of Child Abuse (Dec. 18, 2015) and 352.237-72 Crime Control Act of 1990-Requirement for Background Checks (Dec. 18, 2015).


The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (May 2019) applies to this acquisition.


The due date for this requirement is May 29, 2019 5:00 PM CST.  


THE INDIAN HEALTH SERVICE SHALL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO RESPOND TO THE FOLLOWING EVALUATION CRITERIA:
A) Firm, Fixed price quote
B) Technical factors shall be evaluated on an acceptable/non-acceptable basis. Unacceptability of a single factor shall render the entire quote unacceptable
    i. Meets technical specifications
   ii. Verifiable relevant, (2) recent past performance


Evaluation shall proceed as follows:
1. Quotes shall be ranked by price, from low to high
2. Quotes shall then be evaluated for technical acceptability beginning with the lowest priced quote
3. This process shall proceed until a technical acceptable quote is identified


THE INDIAN HEALTH SERVICE SHALL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO MEET THE REQUIREMENTS IN THE STATEMENT OF WORK
CONTRACT AWARD SHALL BE MADE TO THE RESPONSIBLE, RESPONSIVE OFFEROR OFFERING THE LOWEST REASONABLE PRICE AND MEETING ALL TECHNICAL SPECIFICATIONS.


The technical evaluation shall be a determination based on information furnished by the vendor in the submitted proposals. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions.


**Please note that potential awardees may be required to pass a background investigation from the IHS Human Resource Department. This process may take up to two weeks **

This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.603. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

The solicitation is issued as Request for Quotes (RFQ) 246-19-Q-0047.


This procurement is 100% small business set-aside under NAICS code 238210 with a standard business size of $15 million.


Contractor shall provide a firm, fixed-price for a nurse call installation system for Wewoka Indian Health Center. Please review the Statement of Work and Drawing.


The period of performance for this requirement is 90 days from Notice to Proceed.

Questions are due no later than Thursday May 16, 2019 4:00pm CST. Questions shall not be answered after this date. The closing date for receipt of quotes is Friday May 24,2019. The offer may be submitted along with the Quote Schedule by email to Katrina.Eaton@ihs.gov or in a sealed envelope, addressed to this office, showing the solicitation number, and your name and address, no later than 5:00 p.m. CST, on May 24, 2019. Qualified vendors shall review the Statement of Work and following information then submit applicable information.


TELEPHONE INQUIRIES SHALL NOT BE ACCEPTED AND TELEPHONE CALLS SHALL NOT BE RETURNED.


CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.acquisition.gov and https://www.hhs.gov/grants/contract/contract-policies-regulations/hhsar/index.html


The provisions of 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018), applies to this acquisition. In addition to the information required in FAR 52.212-1, offeror shall provide submittal information for the proposed nurse call system.


The provisions of 52.212-2, Evaluation - Commercial Items (Oct 2014) applies to this acquisition. The contract shall be awarded to the Lowest Priced Technically Acceptable offeror. The technical evaluation shall be a determination based on information furnished by the vendor in the submitted proposals.


Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) OR indicate certifications in SAM at https://www.sam.gov


The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 System for Award Management (Oct 2018), 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011), 52.223-6 Drug-free Workplace (May 2001), 52.236-2 Differing Site Conditions (Apr 1984); 52.236-5 Material and Workmanship (Apr 1984); 52.236-6 Superintendence by the Contractor (Apr 1984); 52.236-7 Permits and Responsibilities (Nov 1991); 52.236-9 Protection of Existing Vegetation, Structure, Equipment, Utilities and Improvements (Apr 1984); 52.236-12 Cleaning Up (Apr 1984); 52.236-13 Accident Prevention (Nov 1991); 52.236-14 Availability and Use of Utility Services (Apr 1984); 52.236-15 Schedules for Construction Contracts (Apr 1984); 52.236-21 Specifications and Drawings for Construction (Feb 1997); 52.236-26 Preconstruction Conference (Feb 1995); 52.236-27 Site Visit (Construction) (Feb 1995); 52.243-1 Changes-Fixed Price (Aug 1987), 52.246-1 Contractor Inspection Requirements (Apr 1984), 52.246-17 Warranty of Supplies of a Noncomplex Nature (June 2003), 352.224-70 Privacy Act (Dec. 18, 2015), 352.237-71 Crime Control Act of 1990-Reporting of Child Abuse (Dec. 18, 2015) and 352.237-72 Crime Control Act of 1990-Requirement for Background Checks (Dec. 18, 2015).


The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (May 2019) applies to this acquisition.



The due date for this requirement is May 24, 2019 5:00 PM CST. THE INDIAN HEALTH SERVICE SHALL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO RESPOND TO THE FOLLOWING EVALUATION CRITERIA:
A) Firm, Fixed price quote
B) Registration in the System for Award Management (SAM) database (reference https://www.sam.gov Please note that all parties interested in doing business with the Indian Health Services must be registered in the SAM database
C) Past Performances: Provide two references that include similar experience. Include name, current phone numbers and current email.


THE INDIAN HEALTH SERVICE SHALL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO MEET THE REQUIREMENTS IN THE STATEMENT OF WORK
CONTRACT AWARD SHALL BE MADE TO THE RESPONSIBLE, RESPONSIVE OFFEROR OFFERING THE LOWEST REASONABLE PRICE AND MEETING ALL TECHNICAL SPECIFICATIONS.


The technical evaluation shall be a determination based on information furnished by the vendor in the submitted proposals. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions.


**Please note that potential awardees may be required to pass a background investigation from the IHS Human Resource Department. This process may take up to two weeks **


Katrina Eaton, Contract Specialist , Phone 4059513704, Fax 4059513932, Email katrina.eaton@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP