Arizona Bids > Bid Detail

Two New Outside Programmable Digital Signs, IHS, Two Locations

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 99 - Miscellaneous
Opps ID: NBD00159254471354358
Posted Date: May 9, 2023
Due Date: May 24, 2023
Solicitation No: RFQ-23-PHX-047
Source: https://sam.gov/opp/8a277d8f72...
Follow
Two New Outside Programmable Digital Signs, IHS, Two Locations
Active
Contract Opportunity
Notice ID
RFQ-23-PHX-047
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
PHOENIX AREA INDIAN HEALTH SVC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: May 09, 2023 03:37 pm PDT
  • Original Date Offers Due: May 24, 2023 04:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 01, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 9905 - SIGNS, ADVERTISING DISPLAYS, AND IDENTIFICATION PLATES
  • NAICS Code:
    • 339950 - Sign Manufacturing
  • Place of Performance:
    Phoenix , AZ 85016
    USA
Description

Two New Outside Programable Digital Signs in Accordance with Statement of Work

Indian Health Service (IHS), Phoenix Area Office (PAO), Division of Acquisition Management (DAM)

Place of Performance: Hopi Health Care Center, Polacca, AZ and Fort Yuma Service Unit, Winterhaven, CA



(i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR Subpart 12.6 and FAR 13.1 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued.



The Government will award one Firm-Fixed Price contract resulting from this RFQ solicitation to the responsible offeror whose offer is conforming to procuring for Two New Outside Programable Digital Signs in accordance with Statement of Work. Lowest price technically acceptable (LPTA) source selection will be used where best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price.



(ii) Solicitation number is #RFQ-23-PHX-047 and is issued as a Request for Quotation (RFQ).



(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02, Effective 03/16/2023.



(iv) This requirement is restricted to Small Business and the associated NAICS Code is 339950 with size standard of 500 employees.



(v) The Contract Line Items (CLINs) are listed on the Price Schedule. Offers shall enter all prices for all the CLINS on the Price Schedule.



Price Schedule:

Fort Yuma Health Center:

1. Design

2. Listing of Material

3. Demolish Existing Monument Sign

4. Installation

5. Configuration

6. Shipping



Hopi Health Care Center:

7. Design

8. Listing of Material

9. Demolish Existing Monument Sign

10. Installation

11. Configuration

12. Shipping



13. Total





(vi) The Indian Health Service (IHS), Phoenix Area Office (PAO), Division of Acquisition Management (DAM) intends to procure for Two New Outside Programable Digital Signs in accordance with Statement of Work



(vii) Delivery and acceptance terms for this contract award is FOB Destination.

Delivery Addresses:

1. Fort Yuma Health Center, 401 Picacho Road, Winterhaven, CA 92283

2. Hopi Health Care Center, Highway 264 Mile Marker 388, Polacca, AZ 86042



Delivery of supplies are 120 days or sooner After Receipt of Order.



(viii) Addendum to FAR 52.212-1, Instructions to Offerors – Commercial Items (Oct 2018).

Submissions of Offers

1. Offers, shall include all required documents and must be submitted to the Contact Specialist Donovan Conley at email address Donovan Conley@ihs.gov. Documents must be properly executed and submitted no later than the offer due date of May 24, 2023 at 4:00 PM MST (AZ Time). No questions will be accepted after May 24, 2023 at 12:00 PM MST (AZ Time). Only electronic offers will be accepted and must be emailed to Donovan.Conley@ihs.gov. Any submission of offers after the closing date of the May 24, 2023 at 4:01 PM MST (AZ Time) will not be accepted for consideration.



Offeror shall title their email offer as Subject “RFQ-23-PHX-047, Two New Outside Digital Signs”.



2. Exceptions to Terms and Conditions: Offerors must clearly identify any exception to solicitation terms and conditions and provide accompanying rationale.



3. Registration in System for Award Management (SAM): In order to be eligible for contract award offerors must be registered in SAM at https://www.sam.gov.



4. Offeror shall provide the following information:

UEI SAM #:___________ TIN#:______________



5. Basis of Award:

This acquisition will utilize Lowest Price Technically Acceptable (LPTA) source selection procedures were best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. 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.



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.



Ratings for Technical:

Acceptable – Proposal clearly meets the minimum requirements of the solicitation.

Unacceptable – Proposal does not clearly meet the minimum requirements of the solicitation.



For the purpose of award, the government shall evaluate offers based on the evaluation factors described below:



FACTOR 1 – Technical (Acceptable/Unacceptable)

Sub-Factor 1: Key Personnel

Sub-Factor 2: Project Schedule



FACTOR 2 – Past Performance (Acceptable/Unacceptable)



FACTOR 3 – Price





FACTOR 1 – Technical:

Sub-Factor 1: Key Personnel, Offeror shall provide information on key personnel that have specialized experience and technical competence in the type of work required from the Statement of Work.



Sub-Factor 2: Project Schedule, Offerors shall provide project schedule that is realistic and fair, providing adequate time for success while balancing the desire for quick completion.



The Government will evaluate the contractor’s technical documents/attachments to ensure that it reflect sound understanding of Factor 1 – Technical.



FACTOR 2 – Past Performance:

Offerors are required to furnish one to three current, or recently completed Federal, State, local government, or private contracts under which you have provided the same or similar or relevant supplies or services required in this solicitation within the last five (5) years. Provide information as stated in Past Performance reference format. Past performance will be reviewed to assure that the offeror has relevant, recent and successful performance history. Contractor shall notify all references that have been provided to the IHS for their solicitation and respond within 1 business day of email or telephone contact by the Service Unit.



Past Performance reference format:

Company Name:___________________________________

Address:__________________________________________

Contact Name:_____________________________________

Contact Telephone No:_______________________________

E-mail Address:_____________________________________

Supplies/Service Provided:___________________________________

Award Date:______________ Award Ending Date: _____________

Award Amount with Options: ________________________



The Government may rely on internal documentation including the Federal Awardee Performance and Integrity Information System (FAPIIS) Past Performance Information Retrieval System (PPIRS) and contracting officer's knowledge of and previous experience with supply or service being acquired for determining Past Performance, if no record of past performance is found in FAPIIS or PPIRS, the contractor shall not receive a favorable or unfavorable rating, but shall receive a rating of neutral.





FACTOR 3 – Price:

Contractor shall provide unit prices for the following line items for Fort Yuma Health Center and Hopi Health Care Center. Not providing prices for all items will make your offer non-responsive to the solicitation. You can add other line items to Price Schedule if not listed below.

Price Schedule:

Fort Yuma Health Center:

1. Design

2. Listing of Material

3. Demolish Existing Monument Sign

4. Installation

5. Configuration

6. Shipping



Hopi Health Care Center:

7. Design

8. Listing of Material

9. Demolish Existing Monument Sign

10. Installation

11. Configuration

12. Shipping



13. Total



The Government will evaluate the quote to determine the price fair and reasonableness.



Offer must be good for 120 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.





(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

Sub-Factor 1: Key Personnel

Sub-Factor 2: Project Schedule

Factor 2 – Past Performance

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 (May 2022), with its offer.



(xi) FAR 52.212-4 Contract Terms and Conditions – Commercial Items (May 2022) 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 items.



2. Invoice Instructions:

Invoicing will be completed electronically at www.ipp.gov or any successor site. Note: The IPP Helpdesk is itservicedesk@fiscal.treasury.gov



HHSAR Clause 352.232-71 Electronic Submission of Invoice Payment Requests (Feb 2022)



(a) Definitions. As used in this clause -- Payment request means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must comply with the requirements identified in FAR 32.905(b), ‘Content of Invoices’ and the applicable Payment clause included in this contract.

(b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests

electronically using the Department of Treasury Invoice Processing Platform (IPP) or successor system. Information regarding IPP, including IPP Customer Support contact information, is available at www.ipp.gov or any successor site.

(c) The Contractor may submit payment requests using other than IPP only when the Contracting Officer authorizes alternate procedures in writing in accordance with HHS procedures.

(d) If alternate payment procedures are authorized, the Contractor shall include a copy of the Contracting Officer's written authorization with each payment request.

(END OF CLAUSE)



Contracting Officer Representatives (COR): Brandon Groh, brandon.groh@ihs.gov

Technical Point of Contact (TPOC): TBD

Contract Specialist: Donovan Conley, Donovan.Conley@ihs.gov





(xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (May 2022), see attachment Clauses and Administrative Data.



(xiii) Additional solicitation provisions used for Acquisition of Commercial Items and attachments used for this Combined Synopsis-Solicitation.



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 services or third-party hosted services that require 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





Register in Invoice Processing Platform (IPP):

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.





Provisions:

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

FAR 52.216-1 Type of Contract (Apr 1984), The Government contemplates award of a Firm-Fixed Price award resulting from this solicitation.

Attachments:

1. Combined Synopsis-Solicitation RFQ-23-PHX-047

2. Attachment A – Statement of Work

3. Attachment B – Clauses and Administration Data

4. Attachment C – 2023 Tax Exemption Letter

(xiv) n/a



(xv) RFQs are due by 4:00 PM MST on May 24, 2023. Email the proposal volumes to Donovan.Conley@ihs.gov. Questions are due before May 24, 2023 at 12:00 PM MST. Offeror must confirm IHS receipt of their proposal.



You are reminded that representatives from your company SHALL NOT contact any PAO employees to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer or Contract Administrator.

(xvi) Contract Administrator is Donovan Conley, Contracting Specialist, Donvan.Conley@ihs.gov






Attachments/Links
Contact Information
Contracting Office Address
  • 2 RENAISSANCE SQ, 40 N CENTRAL AVE SUITE 600
  • PHOENIX , AZ 85004
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 09, 2023 03:37 pm PDTCombined Synopsis/Solicitation (Original)

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 >