The RFP Database
New business relationships start here

Disfection System - ACL


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

(i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, 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.

(ii) This Request for Quotation (RFQ) is being issued via solicitation number 75H70719Q00054.


(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitions Circular 2019-01.


(iv) Pursuant to the authority under FAR 19.5, this requirement is a total small business set-aside but if it is found there is no small business (veteran owned, veteran-owned disabled, woman owned, etc.) then with this same solicitation will consider any Large business once the determination has been made regarding the small business set-aside and the associated NAICS code is 339112 with small business standard of $1k.


(v) The Contract Line Items (CLIN) and pricing structure are as shown below:
CLIN0001: Brand Name or Equal to the following:


Trophon High Level Disinfection System      Unit Price ________________


(vi) The purpose of this fixed price purchase order is to procure Disinfection System with the following specifications:

The vendor will provide Trophon High Level Disinfection System.  Salient Characteristics Trophon High Level Disinfection System:

Trophon High Level Disinfection System which will include:
1 power cord,
1 literature pack,
MSDS,
User Manuel,
Quick Reference Guide,
1 cable management with system tray,
Trophon Printer, with 1 roll printer paper,
1 box Trophon Sonix, HL Solution
1 box Trophon chemical indicators
Clean Ultrasound Probe Covers.

To be included as part of this solicitation but will be awarded on a separate purchase order.

The following are being requested as a Base Year with Four (4) 12-month Option Periods and should be prices out as such:  PLEASE SEE ATTACHMENT FOR BETTER VIEW OF TABLE:

Description Base Year Option Yr. 1 Option Yr. 2 Option Yr. 3 Option Yr. 4
PM Services (Full Service) for Tophone end of Warranty tiny_mce_marker_________ tiny_mce_marker_________ tiny_mce_marker_________ tiny_mce_marker_________ tiny_mce_marker_________
Clean Ultrasound Probe Covers (100/box)
2 BOXES/YEAR tiny_mce_marker_________ tiny_mce_marker_________ tiny_mce_marker_________ tiny_mce_marker_________ tiny_mce_marker_________
Trophon Printer Paper 1 ROLL PER YEAR tiny_mce_marker_________ tiny_mce_marker_________ tiny_mce_marker_________ tiny_mce_marker_________ tiny_mce_marker_________
Sonex HL Disinfectant
2 BOXES/YEAR (6-80 ml bottles/box) tiny_mce_marker_________ tiny_mce_marker_________ tiny_mce_marker_________ tiny_mce_marker_________ tiny_mce_marker_________
Trophon Chemical Indicators
2 CASES/YEAR tiny_mce_marker_________ tiny_mce_marker_________ tiny_mce_marker_________ tiny_mce_marker_________ tiny_mce_marker_________
Total per year $ $ $ $ $


(vii) The delivery and acceptance terms for this order are FOB Destination. 90 days after Receipt of Award.


(viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Oct 2018), applies to this acquisition. Quotes shall be submitted on company letterhead stationery, signed and dated, it shall include the following:
1. Solicitation number.
2. Name, address, telephone number of the offeror and email address of the contact person.
3. Technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation.
4. Completed Pricing Information and discount terms if applicable.
5. A completed copy of the representations and certifications at FAR 52.212-3.
6. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.


(ix) The provision at 52.212-2, Evaluation - Commercial Items (October 2014), applies to this solicitation.
a) 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: (i) Technical Capability (specifications) and (ii) Price; All technical factors other than price, when combined, are more important than price.
b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.


(x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018), with its offer. The offeror shall complete only paragraph (b) of the provision of the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal .


(xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018), applies to this acquisition. The following addendum applies: E-Mail Addresses for submission of invoices are Judith.mariano@ihs.gov; alb_aoapinvoices@ihs.gov; and Yvonne.Riley@ihs.gov. Invoice shall be submitted once delivery has been completed.


(xii) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Item (Jan 2019), and the additional FAR clauses cited in the clauses are applicable to the acquisition.


(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions))
(2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).
(3) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).
(4) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).


(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
(2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509))
(3) 52.219.8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)).
(4) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r))
(5) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).
(6) 52.222-3, Convict Labor (June 2003) (E.O. 11755)
(7) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126)
(8) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(9) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246)
(10) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627).
(11) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b)
(12) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513)
(13) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83).
(14) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).
(15) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(12)).


(xiii) The following additional contract requirement(s) and terms and conditions are determined by the contracting officer to be necessary for this acquisition consistent with customary commercial practices:
a) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) & 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) applies to the RFQ. This solicitation incorporates solicitation provisions and clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.acquisition.gov.


1) FAR 52.217-8, Option to Extend Services (Nov 1999)
2) FAR 52.236-12, Cleaning Up (Apr 1984)


b) The following HHSAR clauses are incorporated to this RFQ:
1) 352.211-3, Paperwork Reduction Act (DEC 2015)
2) 352.226-1, Indian Preference (DEC 2015)
3) 352.226-2, Indian Preference Program (DEC 2015)
4) 352.227-70, Publications and Publicity (DEC 2015)


(xiv) N/A


(xv) Proposals are due by 3:00 pm MDT on April 12, 2019, e-mails the proposals to Judith.mariano@ihs.gov. Questions are due on April 8, 2019 by 3:00 pm MDT. Offer must confirm the receipt of the proposal by IHS.


(xvi) Technical Contact is Felix Gonzales at felix.gonzales@ihs.gov. Contact for solicitation is Judith Mariano at Judith.mariano@ihs.gov.


 


Judith A. Mariano, Contract Specialist, Phone 505-256-6753, Fax 505-256-6848, Email judith.mariano@ihs.gov - Dawn A Sekayumptewa, Contracting Officer, Phone 505-256-6758, Fax 505-256-6848, Email dawn.sekayumptewa@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP