The Government intends to award up to two Firm-Fixed Price Blanket Purchase Agreements resulting from this combined synopsis/solicitation, to the responsible offeror whose offer is conforming to the "Brand Name or Equal" synopsis/solicitation where best value is expected when utilizing Lowest Price Technically Acceptable (LPTA) procedures.
(ii) Solicitation number is #RFQ-19-PHX-18 and is issued as a Request for Quote (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, Effective 20 Dec 2018.
(iv) This requirement is issued as Full and Open Competition and the associated NAICS Code is 339113 with size standard of 750 employees. This solicitation is unrestricted.
(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 prices for all CLINS items shall make your offer non-responsive to the solicitation.
See attachment Price Schedule.
(vi) The Indian Health Service (IHS), Phoenix Area Office (PAO), Division of Acquisition Management (DAM) intends to procure for cataracts intraocular lenses (IOLs) supplies. Supplies are to be delivered to the Phoenix Indian Medical Center, Integrated Surgical Services (ISS)/Eye Department in accordance with the Statement of Work (SOW) and terms and conditions of the contract.
(vii) Delivery is in accordance with the Statement of Work and acceptance terms for each BPA Call is FOB Destination. Delivery Addresses: Phoenix Indian Medical Center, ISS/OR Dept., 4212 North 16th Street, Bldg-9, Phoenix, AZ 85016, Attention: Jamie Brown
(viii) Addendum to FAR 52.212-1, Instructions to Offerors - Commercial Items (Oct 2018).
Evaluation of Offers.
a. 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.
b. For the purpose of award, the government shall evaluate offers based on the evaluation factors described below:
FACTOR 1 - Technical (Acceptable/Unacceptable)
Meet the salient characteristics for CLINS 1, 2, 3, 4 and 5.
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 technical documents/attachments 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.
c. 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 Line Item numbers. Include manufacturer name and model number, description of supply, unit of issue, unit price, extended total amount and grand total. Not providing prices for all line items shall make your offer non-responsive to the solicitation.
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 Administration Data in attachment Clauses and Contract Administration Data.
(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) 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.
(x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 2018), with its offer.
(xi) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2018) 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 all CLINS for a BPA Call.
2. Government Invoice Address: All invoices from the contractor shall be submitted electronically.
Invoicing/Billing: Contractor shall establish a recordkeeping system of contractor services provided. Contractor may only bill for purchase of equipment provided to the IHS. At the end of all item shipped, the contractor will submit an invoice for payment.
Invoice Requirements and Supporting Documentation: Supporting documentation and invoices must be submitted after product has been shipped out. Changes or corrections shall be submitted by separate invoice. In addition to information required for submission of a "proper" invoice in accordance with FAR 52.212-4 (g) all invoices must include:
Name and address of Contractor
Invoice Date
Contract Number
Date of Supply Order
CLIN-Number:
Provide Part Number, Description, Unit of Issue, Unit Price, and Total Price
FOB Destination, Shipping Cost Included in Price of Product
Grand Total Price
Electronic Invoicing: All invoices are to be submitted by email to [email protected].
Phoenix Indian Medical Center
4212 North 16th Street
Attention: Finance Management Branch
Phoenix, AZ 85016
The contractor shall accept payment for lease or purchase and services rendered under this contract as payment in full. The Contractor shall not bill, charge, collect a deposit from, seek compensation, remuneration, or reimbursement from, or have any recourse against, any person or entity other than the IHS for lease or purchase and services provided pursuant to this contract. It shall be considered fraudulent for the Contractor to bill other third parties for services rendered under this contract. This provision shall survive the termination or ending of the contract.
(xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Jan 2019), see attachment Clauses and Administrative Data.
(xiii) Additional attachment for this commercial solicitation.
1. Price Schedule
2. Statement of Work
3. BPA Terms and Conditions
4. 2019 AZ Tax Exemption
5. Clause and Administrative Data
6. Provisions
(xiv) n/a
(xv) Proposals are due by 4:00 PM MST on April 23, 2019. Email the proposal to [email protected]. Questions are due before April 23, 2019 at 12:00 PM MST. Offeror must confirm IHS receipt of their proposal.
(xvi) Contract Administrator is Donovan Conley, Contracting Specialist, [email protected]