This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
The solicitation number is 17-242-SOL-00088 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 337127 with a small business size standard of 500.
Only one award will result from this solicitation.
FOB Destination to the following Indian Health Service facilities:
Albuquerque Indian Health Clinic
801 Vassar Drive, N.E.
Albuquerque, N.M. 87106
Quantity: 12
Jicarilla Service Unit
500 North Mundo Drive
Dulce, NM 87528
Quantity: 12
Mescalero Service Unit
318 Abalone Loop
Mescalero, New Mexico 88340
Quantity: 3
Santa Fe Service Unit
1700 Cerrillos Road
Santa Fe, New Mexico 87505
Quantity: 3
Ute Mountain Ute Health Center
232 Rustling Willow, Complex D
Towaoc, Colorado 81137
Quantity: 4
Taos/Picuris Service Unit
1090 Goat Springs Road
Taos, New Mexico 87571
Quantity: 4
The Indian Health Service requires the following items:
Salient Characteristics per the Brand Name or Equal clause FAR 52.211-6 Brand Name or Equal (Aug 1999).
Thirty-eight (38) MIDMARK CORPORATION - Ritter 223 Barrier Free Exam Table, Color for all units Perfect Plum 229
Specifications:
Patient Weight Capacity:
400 lb (181.4 kg)
Height:
Minimum 18" (45.7 cm)
Maximum 37" (94 cm)
Length with footrest extended:
76.7" (194.7 cm)
Standard features:
Paper roll holder (hidden): holds 21" x 3.5" paper roll (53.3 x 8.9 cm)
Stirrups
Drawer heater (35 watt)
Electrical receptacle (115 VAC 5 Amps Max.) duplex, hospital grade, electrical receptacle on left side
Options:
Soft touch upholstery top: 28.5" W x 56.25" L (72.4 cm x 142.9 cm)
Electrical:
115 VAC, 50/60 Hz, 12 Amps (with receptacle -015)
115 VAC, 50/60 Hz, 12.5 Amps
(with heater & receptacle -016)
UL 60601-1 and CAN/CSA C22.2 60601.1-M90
Question Submission: Refer to Request for Quote 17-242-SOL-00088 when requesting information regarding solicitation via e-mail to [email protected].
All responsible Offerors that respond to this solicitation must comply with the below terms and conditions may result in offer being determined as non-responsive.
Offerors shall submit proposals containing "all or none" responses. Partial orders and backordered offers will not be accepted.
Brand-Name or Equal will apply to this announcement; To be considered for award, offers of "equal" products, including "equal" products of the brand name must meet the salient physical, functional, or performance characteristic specified in this solicitation; to clearly identify the item by-Brand name, if any; and Make or model number.
New equipment only; no remanufactured/recovered material/reconditioned or "GRAY MARKET" items. All items must be covered by the manufacturer's warranty.
Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.
Basis for Award: Lowest Price Offer. Award will be based on the lowest reasonable and realistic price received. If providing an equal product, it must meet the salient characteristics of the Items in section. Provide literature for equal product in order to be evaluated and considered for award.
Quote Must be good for 30 calendar days after close of solicitation.
This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.
The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.204-7, System for Award Management; FAR 52.211-2 Brand Name or Equal; FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.229-3 Federal, State and Local Taxes; FAR 52.232-1 Payments; FAR 52.232-40 Providing Accelerated Payments to Small Business; FAR 52.247-32 F.o.b. Destination; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.203-13, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-33, 52.222-18, 52.223-1, 52.225-13, 52.232-33, 52.232-34, 52.232-36. To view the full text of the referenced FAR clauses offorers may be access the website at https://www.acquisition.gov/browsefar
Response time: Requests for quotation will be accepted at the Albuquerque Area Indian Health Service (AAIHS). 4101 Indian School Rd, Albuquerque, NM. 87110 No Later Than: 5:00 PM Mountain Standard Time on September 14, 2017, Email quotes are acceptable (preferred) and can be sent to Genevieve Monk at [email protected] or faxed (505) 256-6848.