Idaho Bids > Bid Detail

Fort Hall Service Unit - Dental Handpieces

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159173856170629
Posted Date: Dec 22, 2023
Due Date: Dec 27, 2023
Source: https://sam.gov/opp/fa92786de2...
Follow
Fort Hall Service Unit - Dental Handpieces
Active
Contract Opportunity
Notice ID
75H71324Q00010
Related Notice
75H71324Q00010
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
INDIAN HEALTH SERVICE
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) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 22, 2023 12:45 pm EST
  • Original Date Offers Due: Dec 27, 2023 05:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 11, 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: 6520 - DENTAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339114 - Dental Equipment and Supplies Manufacturing
  • Place of Performance:
    Fort Hall , ID 83203
    USA
Description

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.



Solicitation no. 75H71324Q00010 has been issued as a Request for Quotation (RFQ) for a firm fixed price commercial contract for Dental Handpieces (See attachment for details). The required delivery date is February 1, 2024. The delivery location and place of acceptance is 33 N Mission Road, Fort Hall, Idaho, 83203, F.O.B. Destination.



The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-06 dated October 5, 2023. The provisions at 52.212-1, Instructions to Offerors – Commercial and AND 52.211-6 Brand Name or Equal, applies to this acquisition. The provision at 52.212-2, Evaluation – Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: price and past performance. Offerors are advised to submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition and these clauses:





FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)



This contract incorporates one or more 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. Also, the full text of a clause may be accessed electronically at this/these address: http://www.acquisition.gov.



52.203-17, Contractor Employee Whistleblower Rights (Nov 2023)



52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020)



52.204-13, System for Award Management Maintenance (Oct 2018)



52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)



52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023)



52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021)



52.219-6, Notice of Total Small Business Set-Aside (Nov 2020)



52.222-3, Convict Labor (June 2003)



52.222-19, Child Labor-Cooperation with Authorities and Remedies (Nov 2023)



52.222-21, Prohibition of Segregated Facilities (Apr 2015)



52.222-26, Equal Opportunity (Sept 2016)



52.222-35, Equal Opportunity for Veterans (Jun 2020)



52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020)



52.222-37, Employment Reports on Veterans (Jun 2020)



52.222-50, Combating Trafficking in Persons (Nov 2021)



52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)



52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021)



52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013)





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 address: http://www.acquisition.gov.



52.204-7, System for Award Management (Oct 2018)



52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)



52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)





DEPARTMENT OF HEALTH AND HUMAN SERVICES ACQUISITION REGULATION (HHSAR) (48 CFR CHAPTER 3) -- Clauses Incorporated by Reference:



352.239-73, Electronic and Information Technology Accessibility Notice (Dec 2015)



352.239-74, Electronic and Information Technology Accessibility (Dec 2015)



This requirement is set-aside for an INDIAN SMALL BUSINESS ECONOMIC ENTERPRISE. The NAICS code is 339114 and the small business size standard is 1,217 employees.





ATTACHMENTS:



ATTACHMENT 1 – ITEM LISTING



ATTACHMENT 2 – PRICING SCHEDULE



ATTACHMENT 3 – INDIAN HEALTH SERVICE IEE REPRESENTATION FORM





QUOTATION INSTRUCTIONS:



The Government intends to award a contract to the responsible Quoter whose quote represents the best value to the Government. The basis for award will be best value to the Government, considering all evaluation factors. The Government will make an award to the responsible Quoter, whose quote is most advantageous to the Government, price and other factors considered. Accordingly, since it may be in the best interest of the Government to consider award to other than the lowest priced Offeror or other than the highest technically rated Offeror, the Government will use a best value approach. Evaluations will be based solely on the materials included in the quote. Therefore, the Respondent's initial Quote should contain the best terms. After receipt of quotes, the Government will conduct an evaluation. However, during the evaluation process, the Government may, solely at its discretion, communicate with a Quoter for clarification purposes. At any time prior to award, including upon receipt of quotes, the Government may exclude a quote from further consideration for any material failure to follow instructions. Factor One (1) Price and Factor Two (2) Demonstrated Prior Experience.



Evaluation Factor 1: Price.



Respondent shall submit a price quote. Price quotation shall include all necessary supervision, management, labor, transportation, equipment, materials, shipping, any other direct incidentals costs, overhead and profit.



Evaluation Factor 2: Demonstrated Prior Experience.



The Government will assess its level of confidence that the contractor will successfully perform the requirements based on the Quoter's demonstrated experience provided in response to the questions identified below. The Quoter shall submit a written submission, totaling no more than 3 pages, detailing their experience by addressing each of the two topics provided in this section. The Quoter shall demonstrate in the submission that it has experience providing supplies, material and equipment of similar scope to the requirement as identified in the Specifications Sheet in the last 24 months.



This evaluation of this factor is based on the demonstrated prior experience presented by the Quoter, and how well it aligns with the requirements as detailed in the Specifications Sheet. Quoters may provide/reference up to three (3) recent examples of demonstrated prior experience in their submission. Quoters are encouraged to submit experience performed as a prime, through teaming agreements, or as the sole sub-contractor on the relevant projects. More weight may be given to experience serving as the prime contractor, depending on the circumstances.



Each demonstrated prior experience shall include a reference from that customer (name, phone number, and email), as well as the contract or requisition number, dollar value, and time to completion. Each experience shall have been completed within twenty-four (24) months prior to the release date of this solicitation.



The Government may conduct reference checks with these individuals on the Quoter's submitted experience. Please ensure the information is accurate.



In addition to material provided by the quoter, past performance information based on the Government’s knowledge of and previous experience with the Quoter, or another reasonable basis, may be considered when evaluating the Quoter’s Demonstrated Prior Experience.



EVALUATION PROCESS



All quotes shall be evaluated by the Government in accordance with the factors and criteria established above. The government will perform a comparative evaluation to select the contractor that is best suited and provides best value, considering the evaluation factors in this solicitation. The Government reserves the right not to make an award as a result of this solicitation, if in the opinion of the Government, none of the submissions would provide satisfactory performance at a cost that is considered fair and reasonable and/or economically feasible.



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.



Award will be made to the responsible respondent pursuant to FAR subpart 9.1. Quotes are due by December 27, 2023 at 5:00 PM EST by email to dulcey.evening@ihs.gov, e-mail shall reference solicitation No. 75H71324Q00010. For information regarding this solicitation, contact Dulcey Evening by email at dulcey.evening@ihs.gov.


Attachments/Links
Contact Information
Contracting Office Address
  • 1414 N.W. NORTHRUP STREET SUITE 800
  • PORTLAND , OR 97209
  • 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 >