

Purchase, delivery and installation of chairs
Process Number CRHC22-05

Dates:
CRHC22-05
Department/Ind. Agency:HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier:HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub Command:GREAT PLAINS AREA INDIAN HEALTH SVC
Office:GREAT PLAINS AREA INDIAN HEALTH SVC
General Information:
(UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
Updated Published Date:(UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
Original Published Date:2021-11-08 16:30:00
Original Response Date:Nov 22, 2021 01:00 pm MST
Inactive Policy:15 days after date offers due
Original Inactive Date:Dec 07, 2021
Initiative:- None***--***
Classification:
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
Description:
(i) a. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. b. The Indian Health Service/Cheyenne River Health Center intends to award a Firm Fixed-Price, Purchase Order, for Chairs for the Cheyenne River Health Center located in Eagle Butte, South Dakota. (ii) This solicitation is being issued under solicitation number CRHC22-05. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-04, dated 01/19/2021. (iv) This buy is an IEE Small Business Set-Asideand the associated NAICS code is 337214, with a Small business Size Standard of 1,000 employees, Product Service Code is 7110-Office Furniture. (v) Services purchased through this contract will be Installation and Delivery Services. Further details included in the Statement of Work (Attached). The “Unit Price” is an all-inclusive cost. All “inclusive cost” is defined to include, but not limited to travel, lodging, per diem, benefits, fuel, freight etc., plus all other costs pertinent to the performance of this contract. BASE: 1 (vi) Description of Services: Include, but not limited to, CT Technologist Services, required by the attached Statement of Work, for the Cheyenne River Health Center. (vii) The period of performance will be 30 days ARO. Delivery and acceptance terms for this order are FOB Destination. (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, at a minimum: 1. Solicitation number CRHC22-05 2. Closing Date: November 22 at 1:00pm MST 3. Name, address, telephone number of the offeror and email address of the contact person 4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. 5. Terms of any express warranty 6. Price and any discount terms 7. “Remit to” address, if different than mailing address 8. A completed copy of the representations and certifications at FAR 52.212-3 9. Acknowledgement of Solicitation Amendments, if issued 10. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Quotes shall also include the following to be considered acceptable. 1. SF-18 (signed) 2. Taxpayer Identification 52.204-3 & DUNS Number 3. Annual Representations & Certifications 52.204-8 4. Cost/Price Proposal (ix)(a) The Government will award one or more contracts resulting from this solicitation to the responsible offeror(s) whose offer, conforming to the solicitation, is the Lowest Price Technically Acceptable (LPTA). To be considered technically acceptable, offerer must submit proof of furniture items that meet the governments specifications. (x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Feb 2021), with its offer. The offeror shall complete only paragraphs (b) of the provision if 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 (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items (Jan 2021) – See attachment for full text. (xiii) Any additional contract requirement(s) or terms and conditions are determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices (i.e. warranty requirements, HHSAR, etc..) are attached. (xiv) N/A (xv) Offerors are due on November 22, 2021 by 1:00 PM MST, and can be mailed, e-mailed (Paige.Kerstiens@ihs.gov), or faxed to: 605-964-7737. Offeror must confirm the receipt of the proposal by IHS. Questions in reference to this solicitation shall be submitted to the email address listed above. The last day to submit questions is November 18, 2021 at 1:00pm MST. No questions will be answered after this date/time. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective vendors through a solicitation amendment. (xvi) Point Of Contacts: Danielle Chasing Hawk, Contracting Officer, Danielle.ChasingHawk@ihs.gov, 605-964-0605 or Paige Kerstiens, Purchasing Agent, Paige.Kerstiens@ihs.gov, 605-964-1565. (xvii) Contractor will need a DUNS number, TIN number, and be active & registered in SAM at www.sam.gov.
Attachments / Links:
Document | Size | Updated date | Download |
---|
Contact Information:
DIVISION OF ACQUISITION MANAGEMENT FEDERAL BLDG 115 4TH AVE SE RM 309
ABERDEEN , SD 57401
USA
Primary Point of Contacts:Paige Kerstiens
Secondary Point of Contact:Danielle Chasing Hawk