The RFP Database
New business relationships start here

Temp Mgmt Sys.


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

The Albuquerque Area Indian Health Service (AAIHS) has a requirement for the following equipment or product in the section below. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.207, as supplemented with additional information included in this notice.

This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.


The solicitation number is 17-242-SOL-00109 and is issued as a Request for Quotes (RFQ), unless otherwise indicated herein.


The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 with a small business size standard of 1250.


Only one award will result from this solicitation.


FOB Destination shall be Rte 301 N. 21 B Ave Zuni, New Mexico 87327.


The Indian Health Service requires the following items:
Salient Characteristics per the Brand Name or Equal clause:


Part Number Part Description Qty
50000000E Arctic Sun 5000E Temperature Management System
- Standard Product Warranty
- Service Kit (Sent to BioMed)
- TIM (Transmission Interface Module
- Multiple Protocal Selection
- Customized, Hospital Protocol Upload 1
AS5000247 TTM 24/7 Clinical/Technical Support (single charge for the life of the device(s)) 1
AS50001411 On-Site Clinical training 1
74100 Calibration test unit (CTU) 1
EXTWARR2 Two Year Extended Product Warranty 1
Shipping Fee 1
Total


(Note: the suggested Vendor is Bard Medical Ins. DUNS # 016898496)


The contractor shall furnish all parts, supplies, material, labor, equipment and supervision necessary to deliver and install the Arctic Sun 5000E Temperature Management System at the Zuni Service Unit, Zuni, New Mexico located at Rte 301 N 21 B Ave. Zuni, NM. 87327.


***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by email to the Buyer. Questions not received within a reasonable time prior to close of the solicitation may not be considered***


All responsible Offerors that respond to this solicitation must comply with the below terms and conditions may result in offer being determined as non-responsive.


Offerors shall submit proposals containing "all or none" responses. Partial orders and backordered offers will not be accepted.


Brand-Name or Equal will apply to this announcement; To be considered for award, offers of "equal" products, including "equal" products of the brand name must meet the salient physical, functional, or performance characteristic specified in this solicitation; to clearly identify the item by-Brand name, if any; and Make or model number.


New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty and detail that time period.


Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.


The basis of award shall be the lowest price technically acceptable (LPTA) offer.


Quote MUST be good for 30 calendar days after close of solicitation.


This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.


The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.204-7, System for Award Management; FAR 52.211-2 Brand Name or Equal; FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.229-3 Federal, State and Local Taxes; FAR 52.232-1 Payments; FAR 52.232-40 Providing Accelerated Payments to Small Business; FAR 52.247-32 F.o.b. Destination; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.203-13, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-33, 52.222-18, 52.223-1, 52.225-13, 52.232-33, 52.232-34, 52.232-36. To view the full text of the referenced FAR clauses offorers may be access the website at https://www.acquisition.gov/browsefar


Response time: Requests for proposals will be accepted at the Albuquerque Area Indian Health Service (AAIHS). 4101 Indian School Rd, Albuquerque, NM. 87110 No Later Than: 1200 MT on 9/22/2017. To Cedric A. Wood, Contract Specialist, AAIHS (505) 256-6756; email proposals will be permitted to: cedric.wood@ihs.gov


Cedric A. Wood, Contract Specilist , Phone 505-256-6756, Fax 505-256-6848, Email cedric.wood@ihs.gov - Dawn A Sekayumptewa, Contracting Officer, Phone 505-248-4561, Fax 505-248-4641, Email dawn.sekayumptewa@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP