Firm Fixed-Price, Commercial Item Purchase Order to provide IT Equipment for the Standing Rock Service Unit (SRSU), Fort Yates IHS Hospital, Fort Yates, North Dakota.

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
State: North Dakota
Type of Government: Federal
Category:
Posted: Apr 10, 2024
Due: Apr 19, 2024
Solicitation No: RFQ-24-054
Publication URL: To access bid details, please log in.
Follow
Firm Fixed-Price, Commercial Item Purchase Order to provide IT Equipment for the Standing Rock Service Unit (SRSU), Fort Yates IHS Hospital, Fort Yates, North Dakota.
Active
Contract Opportunity
Notice ID
RFQ-24-054
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
GREAT PLAINS AREA INDIAN HEALTH SVC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 10, 2024 04:30 pm CDT
  • Original Date Offers Due: Apr 19, 2024 12:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 04, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 7E20 - IT AND TELECOM Ð END USER: HELP DESK;TIER 1-2, WORKSPACE, PRINT, PRODUCTIVITY TOOL (HW/PERPETUAL SW)
  • NAICS Code:
    • 334118 - Computer Terminal and Other Computer Peripheral Equipment Manufacturing
  • Place of Performance:
    Fort Yates , ND 58538
    USA
Description

A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice, FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994)(Public Law 103-355). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.



B. The Great Plains Area Indian Health Service (IHS) intends to award a Firm-Fixed Price, Commercial Item Purchase Order in response to Request for Quote (RFQ) RFQ-24-054.



C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03, 02/23/2024.



D. This RFQ is issued as "100% Buy Indian/Small Business", and the associated NAICS Code is 334118, with a small business standard of 1000 employees.



E. The quoted unit pricing must be all-inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state, and local taxes), plus all other costs pertinent to the performance of this contract. Utilize your most competitive and reasonable rates.



F. BRAND NAME ONLY



Complete the Specification List: Estimated Cost

Item Description Quantity Unit Each Total

1. 210-BFXE OptiPlex Small Form Factor Plus 7010 45 EA $___________ $___________

2. 275-BBCB Dell Optical Wired Mouse – MM116 45 EA $___________ $___________

3. Shipping (If applicable) DO $___________ $___________

Total Amount $__________________



G. To provide Information Technology (IT) Laptops & Equipment.



H. To be provided for the Standing Rock Service Unit (SRSU), Fort Yates IHS Hospital, Fort Yates, North Dakota, 58538. Delivery Location: Standing Rock Service Unit (SRSU), Fort Yates IHS Hospital, 10 Standing Rock Avenue, Fort Yates, North Dakota, 58538. The period of performance will be 45 days from the Date of Award.



I. FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (SEPT 2023).



Quotes shall be submitted on company letterhead stationery, signed, dated and they shall include:



1. Solicitation number RFQ-24-054.

2. Closing Date: April 19, 2024, at 12:00 pm CDT.

3. Name, address, and telephone number of company and e-mail address of contact person.

4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the solicitation requirements. This may include product literature or other documents, if necessary.

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 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically).

9. Acknowledgment of Solicitation Amendments (if any issued)

10. Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers, and other relevant information).

11. A statement specifying the extent of agreement with all terms, conditions, and provisions of the solicitation. Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.



Basis of award is Lowest Price Technically Acceptable “LPTA” factors in determining the successful contractor. The Government intends to select ONE contractor for award of this effort. The proposals will be initially evaluated by lowest price and if the lowest priced proposal submitted is found to be technically acceptable, no other proposals will be evaluated, and award will be made to the lowest priced, technically acceptable offeror However, if the offeror’s lowest priced proposal is not found technically acceptable, the next offeror’s lowest priced proposal will be evaluated until the lowest priced, technically acceptable proposal is found. The Government intends to evaluate offers and award without discussions. The Government reserves the right to ask for clarifications from the lowest‐priced offeror being evaluated without approaching other offerors. The Government reserves the right to enter negotiations with the lowest‐priced offeror being evaluated without approaching other offerors.



• Shall provide the items listed in the Specifications Listings: Brand Name Only

• Ability to meet the Delivery Schedule

• Complete and fill out the Indian Firm Representation Form/Specifications Price Lists for all items



J. FAR 52.212-3 Offer Representations and Certifications-Commercial Products and Commercial Services (FEB 2024) See attachment for full text. The Offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision.



K. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) – See attachment; in by reference.



L. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services (FEB 2024) - See attachment for full text.



M. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) applicable clauses, including below.



N. Offers will be accepted electronically; submit via e-mail to the following:

Great Plains Area Indian Health Service

Attn: David Jones, Contract Specialist

115 4th Ave. SE, Room 309

Aberdeen, SD 57401

E-mail: david.jones@ihs.gov



Questions regarding this solicitation shall be submitted in writing by either email no later than April 16, 2024, 12:00pm CDT.



Contractors will need a UEI number, TIN number, and be registered with the System for Award Management at www.sam.gov.



Acceptance Period: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement that it is firm for at least 30 days from the date of receipt by the Government.



The quotation must set forth full, accurate, and complete information as required by the Request for Quotation (RFQ) and be returned no later than the date referenced. All required information must be submitted to be considered responsive and eligible for award.



No contract award shall be made to any vendor listed on the OIG Exclusions List at http://exclusions.org.hhs.gov throughout the contract.



Invoice Processing Platform (IPP)



The Indian Health Service (IHS) is in the process of implementing an electronic invoicing system.



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. The IPP website address is: https://www.ipp.gov.



If you require assistance registering or IPP account access, please contact the IPP Helpdesk at (866) 973-3131 (M-F 8AM to 6PM ET), or IPPCustomerSupport@fiscal.treasury.gov.



“Should the contractor feel that use of the IPP would be unduly burdensome, their response to this solicitation should include an explanation of this position for a determination by the contracting officer”.



The Contractor must provide only new equipment and new parts for the required products described herein; no used, refurbished, or remanufactured equipment or parts shall be provided under any circumstances. No “Gray Market Goods” or “Counterfeit Electronic Parts” shall be provided. Gray Market Goods are defined as genuine branded goods intentionally or unintentionally sold outside of an authorized sales territory or by non-authorized dealers in an authorized territory. All equipment shall be accompanied by the Original Equipment Manufacturers (OEM’s) warranty. Counterfeit Electronic Parts are defined as unlawful or unauthorized reproduction, substitution, or alteration that has been knowingly mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified electronic part from the original manufacturer or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitution includes used electronic parts represented as new or the false identification of grade, serial number, lot number, date code, or performance characteristics.



“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 or third-party hosted services requiring 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"


Attachments/Links
Contact Information
Contracting Office Address
  • DIVISION OF ACQUISITION MANAGEMENT FEDERAL BLDG 115 4TH AVE SE RM 309
  • ABERDEEN , SD 57401
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 10, 2024 04:30 pm CDTCombined Synopsis/Solicitation (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

rfp number title starting closing status 8816 Grand Forks Public Safety Facilities Space

City of Grand Forks

Bid Due: 5/09/2024

Follow R602--Courier Service Active Contract Opportunity Notice ID 36C26324Q0384 Related Notice Department/Ind. Agency

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 4/30/2024

Solicitation Notice - North Dakota Medicaid School Local Education Association Administrative Claiming Program

State Government of North Dakota

Bid Due: 6/07/2024

Follow ADAL South Entry Gate, Minot AFB, North Dakota Active Contract Opportunity Notice

DEPT OF DEFENSE

Bid Due: 5/01/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.