Nevada Bids > Bid Detail

Brand Name or Equal Workrite Desks, Buy Indian Set-Aside, IHS, Elko Service Unit

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 71 - Furniture
Opps ID: NBD00159435377629507
Posted Date: Mar 20, 2023
Due Date: Jan 16, 2023
Solicitation No: RFQ-23-PHX-019
Source: https://sam.gov/opp/db766b9da5...
Follow
Brand Name or Equal Workrite Desks, Buy Indian Set-Aside, IHS, Elko Service Unit
Active
Contract Opportunity
Notice ID
RFQ-23-PHX-019
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
PHOENIX AREA INDIAN HEALTH SVC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Mar 20, 2023 09:34 am MDT
  • Original Published Date: Jan 06, 2023 10:58 am MST
  • Updated Date Offers Due: Jan 16, 2023 02:00 pm MST
  • Original Date Offers Due: Jan 16, 2023 02:00 pm MST
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 31, 2023
  • Original Inactive Date: Feb 16, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 7110 - OFFICE FURNITURE
  • NAICS Code:
    • 337214 - Office Furniture (except Wood) Manufacturing
  • Place of Performance:
    Elko , NV 89801
    USA
Description

Request for Quotation (RFQ)

RFQ Number: RFQ-23-PHX-019

Procuring for new Brand Name or Equal Workrite Ergonomic Desks



General Information

Product Service Code: 7110 – Office Furniture

Title: Procuring for new Brand Name or Equal Workrite Ergonomic Decks

RFQ Number: RFQ-23-PHX-019

Response Date and Time: 01/16/2023, 2:00 PM MST

Archive: 60 Days After the Award Date

Recovery Act Fund: No

Buy Indian Set Aside: Indian Economic Enterprise, Native Owned Small Business

NAICS Code: 337214 – Office Furniture Manufacturing

Contracting Office Address: Indian Health Service (IHS), Phoenix Area Office (PAO), Division of Acquisition Management (DAM), 40 North Central Avenue, Two Renaissance Square, Phoenix, AZ 85004

Description: See Below

Contract Administrator: Donovan Conley, Contract Specialist, 602-364-5174, donovan.conley@ihs.gov





Place of Performance

Address: Elko Service Unit, 515 Shoshone Circle, Elko, NV 89801, Attention: Buffy George





Description

The Government will award a firm-fixed price delivery/task order resulting from this RFQ, to the responsible offeror whose offer is conforming to the “Brand Name or Equal” RFQ where best value is expected when utilizing Lowest Price Technically Acceptable (LPTA) procedures.



This RFQ is Buy Indian Set-Aside to Indian Economic Enterprises/Nation American Owned Small Business. The North American Industry Classification System (NAICS) code is 337214 and the size standard is 1,00 employees. The quote document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01 / 12-30-2022.



The Elko Service Unit is procuring for Brand Name or Equal Workrite Ergonomic Desks.

All questions regarding this RFQ for Items must be in writing and will be sent by email to donovan.conley@ihs.gov.



Questions must be received no later than January 16, 2023 at 12:00 PM MST. No further questions will be accepted after that date and time.



You are reminded that representatives from your company SHALL NOT contact any Elko Service Unit employees to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contract Administrator Donovan Conley.





Schedule

Please enter unit price(s) and amount(s) for all CLIN numbers. Not providing unit prices or amount for all CLIN numbers will deem your offer non-responsive to the RFQ.

If your providing your own Schedule please include RFQ Number on Quote.



FAR 52.211-6, Brand Name or Equal - All items must comply and must have the alike salient characteristics of the items stated below, to include technical documentation to support products being offered as equal items.



See Attachment: Price Schedule with Salient Characteristics





Basis of Award

This acquisition will utilize Lowest Price Technically Acceptable (LPTA) source selection procedures. This is a competitive LPTA best value source selection in which technically acceptable is considered the most important factor. 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. Offerors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale.



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.



The Government intends to award one (1) delivery/task order for this purchase request.



For the purpose of award, the government shall evaluate offers based on the evaluation factors described below:



FACTOR 1 – Technical (Acceptable/Unacceptable)

FACTOR 2 - Price



Factor 1 – Technical:

Offeror shall provide brief description of alike salient characteristics of the items stated in the Schedule, to include technical specification and product literature documentation to support products being offered as equal items.



The Government will evaluate the contractor’s product technical specification and product literature to ensure that it reflect sound understanding of Factor 1 – Technical.



Ratings:

Acceptable – Proposal clearly meets the minimum requirements of the solicitation.

Unacceptable – Proposal does not clearly meet the minimum requirements of the solicitation.



Factor 2 – Price:

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 60 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.



Quotations Preparations Instructions: A completed quotation consist of four parts.

a) Technical: Provide brief description of alike salient characteristics of the items stated above, to include technical documentation to support products being offered as equal items.



b) Price Schedule: Provide product information and price(s) for all Contract Line Item Number (CLIN) numbers. Include manufacturer name and model number, description of supply, unit of issue, unit price, extended total amount and grand total.



c) In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at https://www.sam.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in SAM at https://www.sam.gov/ prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation [Note: Lack of registration in the System for Award Management will make an offeror ineligible for award.].



d) Offeror to fill out Contract Administrative Address, SAM UEI Number and TAX ID in attachment Clauses and Contract Administrative Data





Attachments

1. RFQ-23-PHX-019 Solicitation

2. Price Schedule

3. Clauses and Contract Administration Data

4. 2023 AZ Tax Exemption Letter





Clauses

See attachment, Clauses and Contract Administration Data



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)



Contracting Officer Representatives (COR): Adrian Bizardi, Buffy.George@ihs.gov

Acquisitions: Donovan Conley, Donovan.Conley@ihs.gov





Provisions

FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)

This solicitation incorporates one or more solicitation provisions 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/these address(es):



http://farsite/hil/af.mil/vffara.htm



NUMBER TITLE DATE

52.211-6 Brand Name or Equal (Aug 1999)



Evaluation - Factors

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). The following factors shall be used to evaluate offers:



Factor 1 - Technical;

Factor 2 – 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.






Attachments/Links
Contact Information
Contracting Office Address
  • 2 RENAISSANCE SQ, 40 N CENTRAL AVE SUITE 600
  • PHOENIX , AZ 85004
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >