- Home/
- United States/
- INDIAN HEALTH SERVICE USA/
- Documents
INDIAN HEALTH SERVICE USA Tender
INDIAN HEALTH SERVICE USA Tender
Costs
Summary
Brand Name Or Equal Ortho Diagnostics Blood Bank And Quality Control Supplies, Ihs, Hopi Health Care Center, 5-year Bpa
Description
Five-year Blanket Purchase Agreement (bpa) For Brand Name Or Equal Ortho Diagnostics Blood Bank And Quality Control Supplies indian Health Service (ihs), Phoenix Area Office (pao), Division Of Acquisition Management (dam) place Of Performance: Hopi Health Care Center (hhcc), Polacca, Az (i) This Is A Combined Synopsis/solicitation For Commercial Items, Prepared In Accordance With The Format In Subpart 12.6 And Far 13.303 As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Separate Written Solicitation Will Not Be Issued. the Government Will Award One Firm-fixed Price Bpa Contract Resulting From This Combined Synopsis/solicitation To The Responsible Offeror Whose Offer Is Conforming To The Brand Name Or Equal Ortho Diagnostics Blood Bank And Quality Control Supplies. Lowest Price Technically Acceptable (lpta) Source Selection Will Be Used Where Best Value Is Expected To Result From Selection Of The Technically Acceptable Proposal With The Lowest Evaluated Price. (ii) Solicitation Number Is #rfq-25-phx-023 And Is Issued As A Request For Quotation (rfq). (iii) This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03, Effective 01/17/2025. (iv) This Requirement Is Unrestricted And The Associated Naics Code Is 325413. (v) The Contract Line Items (clins) Are Listed On Price Schedule. Offers Shall Enter All Prices For All The Clins On The Price Schedule. Not Providing Unit Prices For All Clins For The Base And Option Years Shall Make Your Offer Non-responsive To The Solicitation. see Attachment A - Price Schedule. Offeror Can Provide Listing Of Items On A Separate Quote Or Items On Attachment - A Price Schedule. Contractor Shall Provide Estimated Freight Charges And Drop Ship Charges For The Base And Option Years. (vi) The Indian Health Service (ihs), Phoenix Area Office (pao), Division Of Acquisition Management (dam) Intends To Procure For Contact Lenses Supplies. (vii) Delivery And Acceptance Terms For This Contract Award Is Fob Destination. Delivery Addresses: Hopi Health Care Center, Highway 264 Mile Post 388, Polacca, Az 86042, Attention: Laboratory Department. delivery Of Supplies Are 7 Days Or Sooner After Receipt Of Order. (viii) Addendum To Far 52.212-1, Instructions To Offerors – Commercial Items (oct 2018). 1. Adherence To Instructions: offers, Including All Required Documents, Must Be Submitted To The Contact Specialist, Donovan Conley, To Donovan Conley@ihs.gov. Please Reference Section “addendum To Far 52.212-2 - Evaluations - Commercial Items” For Additional Information About Evaluation Factors For This Solicitation. Documents Must Be Properly Executed And Submitted Not Later Than The Close Of Business Of The Offer Due Date Which Is April 25, 2025 At 4:00 Pm Mst (az Time). No Questions Will Be Taken After April 25, 2025 12:00 Pm Mst (az Time). Only Electronic Offers Will Be Accepted And Emailed To Donovan.conley@ihs.gov. Any Submission Of Offers After The Closing Date Of The April 25, 2025 At 4:01 Pm Mst (az Time) Will Not Be Accepted For Consideration. 2. Exceptions To Terms And Conditions: Offerors Must Clearly Identify Any Exception To Solicitation Terms And Conditions And Provide Accompanying Rationale. 3. Registration In System For Award Management (sam): In Order To Be Eligible For Contract Award Offerors Must Be Registered In Sam At Https://www.sam.gov. 4. Offeror Shall Provide The Following Information: uei Number And Tax Id Number From Attachment C Clause And Administrative Data, Page-7, Paragraph 5. Contract Administration. 5. Quotation Preparations Instructions For Evaluation Factors: Offeror Shall Provide Information As Instructed Below In Basis Of Award. basis Of Award: this Acquisition Will Utilize Lowest Price Technically Acceptable (lpta) Source Selection Procedures Were Best Value Is Expected To Result From Selection Of The Technically Acceptable Proposal With The Lowest Evaluated Price. By Submission Of Its Offer, The Offeror Accepts All Solicitation Requirements, Including Terms And Conditions, Representations And Certifications, And Technical Requirements. Failure To Meet A Requirement May Result In An Offer Being Determined Technically Unacceptable. in Order For An Offeror To Be Considered For Award, The Proposal Must Receive An “acceptable” Rating In Every Non-price Factor. Any Proposal Receiving A Rating Of “unacceptable” In Any Non-price Factor Will Not Be Further Evaluated. ratings For Technical: acceptable – Proposal Clearly Meets The Minimum Requirements Of The Solicitation. unacceptable – Proposal Does Not Clearly Meet The Minimum Requirements Of The Solicitation. for The Purpose Of Award, The Government Shall Evaluate Offers Based On The Evaluation Factors Described Below: factor 1 – Technical: offeror Shall Provide The Following Sub-factor Information. sub-factor A: Offeror Shall Provide Brief Description Of Brand Name Or Equal Product Salient Characteristics Stated In The Price Schedule, To Include Technical Documentation To Support Products Being Offered As Brand Name Or Equal Items. sub-factor B: Offeror Shall Provide Information On The Following: 1. Account Set-up. 2. Ordering Process. 3. Return Policies. factor 2 – Past Performance: offerors Are Required To Furnish One To Three Current, Or Recently Completed Federal, State, Local Government, Or Private Contracts Under Which You Have Provided The Same Or Similar Or Relevant Supplies Or Services Required In This Solicitation Within The Last Five (5) Years. Provide Contact Name, Period Of Performance Dates, And Point Of Contact, Telephone Number, And Email Address. Past Performance Will Be Reviewed To Assure That The Offeror Has Relevant And Successful Performance History. Contractor Shall Notify All References That Have Been Provided To The Ihs For Their Solicitation. past Performance Reference Format: contract Number: ___________________________________ customer Name:___________________________________ customer Address:__________________________________ contact Name:_____________________________________ contact Telephone No:_______________________________ contact Email:_____________________________________ supplies Provided:___________________________________ period Of Performance Dates:___________________________ contract Amount Including Options: $____________________ contracting Officer And Contract Specialist: __________________________ _____________________________________________ the Government May Rely On Internal Documentation Including The Federal Awardee Performance And Integrity Information System (fapiis) Past Performance Information Retrieval System (ppirs) And Contracting Officer's Knowledge Of And Previous Experience With Supply Or Service Being Acquired For Determining Past Performance, If No Record Of Past Performance Is Found In Fapiis Or Ppirs, The Contractor Shall Not Receive A Favorable Or Unfavorable Rating, But Shall Receive A Rating Of Neutral. factor 3 – Price: offeror Shall Provide Prices Using Attachment A – Price Schedule Or Provide Quotation With The Items Listed From The Price Schedule. Offers Shall Enter All Prices For All The Clins On The Price Schedule For The Base Year And Options. Not Providing Prices For All Clins Items Shall Make Your Offer Non-responsive To The Solicitation. the Government Will Evaluate The Quote To Determine The Price Fair And Reasonableness In Accordance With Far 13.106-3(a). offer Must Be Good For 120 Calendar Days After Submission. fob Destination Conus (continental U.s.). Shipping Charges Shall Be Included In The Purchase Cost Of The Product. Sellers Shall Deliver The Products On Their Own Conveyance To The Location Listed On The Award. (ix) Addendum To Far 52.212-2, Evaluation – Commercial Item (oct 2014). a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation As Follows: award Will Be Made On The Basis Of The Lowest Evaluated Price Of Proposals Meeting Or Exceeding The Acceptability Standards For Non-cost Factors (lowest Price Technically Acceptable, Far 15.101-2). All Evaluation Factors, Except Price, Are Evaluated On A Pass/fail Basis. The Following Factors Shall Be Used To Evaluate Offers: factor 1 – Technical: sub-factor A: Offeror Shall Provide Brief Description Of Brand Name Or Equal Product Salient Characteristics Stated In The Price Schedule, To Include Technical Documentation To Support Products Being Offered As Brand Name Or Equal Items. sub-factor B: Offeror Shall Provide Information On Following: 1. Account Set-up. 2. Ordering Process. 3. Return Policies. factor 2 – Past Performance factor 3 – 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 Shall Include A Completed Copy Of The Provision At Far 52.212-3, Offeror Representations And Certifications -- Commercial Items (may 2024), With Its Offer. (xi) Far 52.212-4 Contract Terms And Conditions – Commercial Items (nov 2023) Applies To This Acquisition. addendum To Far 52.212-4 (g) Invoices. 1. Invoices: Invoices Shall Be Submitted In Arrears: a. Quarterly [ ] b. Semi-annually [ ] c. Other [x] After Shipment Of Order(s). 2. Invoice Instructions: invoicing Will Be Completed Electronically At Www.ipp.gov Or Any Successor Site. Note: The Ipp Helpdesk Is Itservicedesk@fiscal.treasury.gov hhsar Clause 352.232-71 Electronic Submission Of Invoice Payment Requests (feb 2022) (a) Definitions. As Used In This Clause -- Payment Request Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must Comply With The Requirements Identified In Far 32.905(b), ‘content Of Invoices’ And The Applicable Payment Clause Included In This Contract. (b) Except As Provided In Paragraph (c) Of This Clause, The Contractor Shall Submit Payment Requests electronically Using The Department Of Treasury Invoice Processing Platform (ipp) Or Successor System. Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (c) The Contractor May Submit Payment Requests Using Other Than Ipp Only When The Contracting Officer Authorizes Alternate Procedures In Writing In Accordance With Hhs Procedures. (d) If Alternate Payment Procedures Are Authorized, The Contractor Shall Include A Copy Of The Contracting Officer's Written Authorization With Each Payment Request. (end Of Clause) technical Point Of Contact (tpoc): Kendrick Fritz, Kendrick.fritz@ihs.gov contract Specialist: Donovan Conley, Donovan.conley@ihs.gov (xii) Far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -commercial Items (jan 2025), See Attachment C, Clauses And Administrative Data. (xiii) Additional Solicitation Provisions Used For Acquisition Of Commercial Items And Attachments Used For This Combined Synopsis-solicitation. the Office Of Management And Budget (omb) Mandates That U.s. Federal Agencies Use The Internet Protocol Version 6 (ipv6). In November 2020, Omb Issued Memorandum M-21-07 "completing The Transition To Ipv6", Which Outlines The Federal Government's Strategic Intent "to Deliver Its Information Services, Operate Its Networks, And Access The Services Of Others Using Only Ipv6". The Ihs Requires All New It Systems (hardware And Software) To Operate In A Pure Ipv6 Network Environment. This Includes On-premises Services Or Third-party Hosted Services That Require Network Integration Into The Ihs Network. The Offeror's Solution Shall Comply With The Ipv6 Standards Profile As Defined By The Nist Usgv6 Program: Https://www.nist.gov/programs-projects/usgv6-program register In Invoice Processing Platform (ipp): in Compliance With The Office Of Management And Budget (omb) M-15-19 Memorandum “improving Government Efficiency And Saving Taxpayer Dollars Through Electronic Invoicing” Directing Federal Agencies To Adopt Electronic Invoicing As The Primary Means To Disburse Payment To Vendors. Invoices Submitted Under Any Award Resulting From This Solicitation Will Be Required To Utilize The Invoice Processing Platform (ipp) In Accordance With Hhsar 352.232-71, Electronic Submission And Processing Of Payment Requests” ipp Is A Secure, Web-based Electronic Invoicing System Provided By The U.s. Department Of The Treasury’s Bureau Of The Fiscal Service, In Partnership With The Federal Reserve Bank Of St. Louis (frstl). Respondents To This Solicitation Are Encouraged To Register An Account With Ipp If They Have Not Already Done So. If Your Organization Is Already Registered To Use Ipp, You Will Not Be Required To Re-register- However, We Encourage You Make Sure Your Organization And Designated Ipp User Accounts Are Valid And Up To Date. provisions: far 52.204-7 System For Award Management (oct 2018) far 52.216-1 Type Of Contract (apr 1984), The Government Contemplates Award Of A Firm-fixed Price Award Resulting From This Solicitation. far 52.217-5 Evaluation Of Options (jul 1990) attachments: 1. Rfq-25-phx-023, 6-pages 2. A – Price Schedule, 1-page 3. B – Clauses And Administrative Data, 8-pages 4. C – Bpa Terms And Conditions, 4-pages 5. D – 2025 Az Tax Exempt Letter, 4-pages (xiv) N/a (xv) Rfqs Are Due By 4:00 Pm Mst On April 25, 2025. Email The Rfq Offers To Donovan.conley@ihs.gov. Questions Are Due Before April 25, 2025 At 12:00 Pm Mst. Offeror Must Confirm Ihs Receipt Of Their Offer(s). you Are Reminded That Representatives From Your Company Shall Not Contact Any Pimc Employees To Discuss This Rfq During This Rfq Process. All Questions And Concerns Regarding This Rfq Shall Be Directed To Donovan Conley Contract Administrator Or Contracting Officer Jeremy Steel. (xvi) Contract Specialist: Donovan Conley, Donvan.conley@ihs.gov contracting Officer: Jeremy Steel, Jeremy.steel@ihs.gov
Contact
Tender Id
RFQ-25-PHX-023Tender No
RFQ-25-PHX-023Tender Authority
INDIAN HEALTH SERVICE USA ViewPurchaser Address
-Website
beta.sam.gov