Arizona Bids > Bid Detail

Brand Name or Equal to Leica Microtomes and Service Agreement and Brand Name or Equal Leica HistoCore Pegasus Tissue Processor and Service Agreement. Includes Shipping, Installation and Configuration, IHS, Phoenix Indian Medical Center

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
  • 66 - Instruments and Laboratory Equipment
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159621050591967
Posted Date: Feb 21, 2024
Due Date: Feb 27, 2024
Source: https://sam.gov/opp/212736d660...
Follow
Brand Name or Equal to Leica Microtomes and Service Agreement and Brand Name or Equal Leica HistoCore Pegasus Tissue Processor and Service Agreement. Includes Shipping, Installation and Configuration, IHS, Phoenix Indian Medical Center
Active
Contract Opportunity
Notice ID
RFQ-24-PHX-016
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?

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 (Updated)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Feb 21, 2024 06:36 am MST
  • Original Published Date: Feb 16, 2024 03:32 pm MST
  • Updated Date Offers Due: Feb 27, 2024 04:30 pm MST
  • Original Date Offers Due: Feb 27, 2024 04:30 pm MST
  • Inactive Policy: Manual
  • Updated Inactive Date: May 30, 2024
  • Original Inactive Date: May 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code:
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Phoenix , AZ 85016
    USA
Description

Amendment-1:



The purpose of this Amendment is to add the correct Attachment C – Arizona 2024 Tax Exemption Letter. All other provisions shall remain the same.





Brand Name or Equal to Leica Microtomes and Service Agreement and Brand Name or Equal Leica HistoCore Pegasus Tissue Processor and Service Agreement. Includes Shipping, Installation and Configuration

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

Place of Performance: Phoenix Indian Medical Center, Laboratory Department, Phoenix, AZ



(i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 and FAR 13.303 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.

In accordance with FAR 13.106-2(b)(3) Simplified Acquisition Procedures, the Government will award a Firm-Fixed Price contract from this solicitation to the responsible offer on a Lowest Price Technically Acceptable (LPTA) basis whose quote conforms to the solicitation and represent the government by meeting or exceeding the minimum requirement. Quoters are advised that quotation may exceed the requirements but the government is not requesting or accepting alternate quotes, each response must respond to the solicitation requirement, stated in the RFQ.

(ii) Solicitation number is #RFQ-24-PHX-016 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 2024-02, Effective 01/22/2024.



(iv) This requirement is restricted to Small Business under NAICS Code 334516.



(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. Offeror can provide their own quotation in accordance with CLINS from Price Schedule or use Price Schedule attachment.



See Attachment A - Price Schedule.



(vi) The Indian Health Service (IHS), Phoenix Area Office (PAO), Division of Acquisition Management (DAM) intends to procuring for a contract for Brand Name or Equal to Leica Microtomes and Service Agreement and Brand Name or Equal Leica HistoCore Pegasus Tissue Processor and Service Agreement. Includes Shipping, Installation, and Configuration



(vii) Delivery and acceptance terms for this contract award is FOB Destination. Delivery Address: Phoenix Indian Medical Center, 4212 North 16th Street, Bldg-9, Phoenix, AZ 85016



Delivery of supplies are 10 days or sooner After Receipt of Order.



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



1. Adherence to Instructions:

Offers, including all required documents, must be submitted to the Contact Specialist, Donovan Conley, to Donovan Conley@ihs.gov. Please reference section “ADDENDUM to FAR 52.212-2 - Evaluations - Commercial Items” for additional information about Evaluation factors for this solicitation. Documents must be properly executed and submitted not later than the close of business of the offer due date which is February 27, 2024 at 4:30 PM MST. No questions will be taken after February 27, 2024 at 12:00 PM MST. Only electronic offers will be accepted and emailed to Donovan.Conley@ihs.gov. Any submission of offers after the closing date of the February 27, 2024 at 4:31 PM MST will not be accepted for consideration.



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. Quotation Preparations Instructions for Evaluation Factors: Offeror shall provide information as instructed in section (ix) Addendum to FAR 15.212-2, Evaluation – Commercial Items.



(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). All evaluation factors, except price, are evaluated on a Acceptable/Unacceptable basis. The following factors shall be used to evaluate offers:



Factor 1 – Technical (Acceptable/Unacceptable)

Factor 3 – 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.





METHOD OF AWARD: 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 a “Acceptable” rating in every non-price factor. Any proposal receiving a rating of “Unacceptable” rating in any non-price factor will not be further evaluated.



The Government intends to award multiply or one BPA for this RFQ notice.



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

Factor 1 – Technical (Acceptable/Unacceptable)

Factor 2 – Price



Evaluation Factors instructions:



Factor 1 – Technical: Offeror shall provide brief description of alike salient characteristics of the items stated in the Price Schedule, to include technical documentation to support products being offered as equal items.



Factor 3 – Price:



The Contractor shall provide unit prices for the all items on Price Schedule and not providing prices for all items shall make your offer non-responsive to the solicitation.



The Government will evaluate the quote to determine the price fair and reasonableness in accordance with FAR 13.106-3.



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.



If you have any questions concerning the Price Schedule you can email me at Donovan.Conley@ihs.gov.



(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.



Provisions:

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



(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 order(s).



2. Instructions: Invoice Processing Platform (IPP)

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)



Technical Point of Contact (TPOC): Deana Thompson, Deana.Thompson@ihs.gov

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 (Dec 2023), see attachment Clauses and Administrative Data.



(xiii) Additional attachment for this commercial solicitation.

Attachments:

1. RFQ-24-PHX-016 Combined Synopsis-Solicitation

2. Attachment A – Price Schedule

3. Attachment B – Clause and Administrative Data

4. Attachment C – Arizona 2024 Tax Exemption Letter

(xiv) n/a



(xv) RFQs are due by 4:30 PM MST on February 27, 2024. Email the RFQ offers to Donovan.Conley@ihs.gov. Questions are due before February 27, 2024 at 12:00 PM MST. Offeror must confirm IHS receipt of their offer(s).



You are reminded that representatives from your company SHALL NOT contact any Indian Health Service employees to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to Donovan Conley 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

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 >