Firm Fixed-Price, Commercial Item, 15 Dell Information Technology (IT) Laptops & Equipment for the Woodrow W. Keeble Memorial Health Center, Sisseton, SD.

Agency:
State: South Dakota
Level of Government: Federal
Category:
Opps ID: NBD00159469941255022
Posted Date: Dec 29, 2023
Due Date: Jan 10, 2024
Source: Members Only
Follow
Firm Fixed-Price, Commercial Item, 15 Dell Information Technology (IT) Laptops & Equipment for the Woodrow W. Keeble Memorial Health Center, Sisseton, SD.
Active
Contract Opportunity
Notice ID
75H70624Q00003
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
GREAT PLAINS 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 (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Dec 29, 2023 03:11 pm CST
  • Original Date Offers Due: Jan 10, 2024 12:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 25, 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: 7B20 - IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE)
  • NAICS Code:
    • 334118 - Computer Terminal and Other Computer Peripheral Equipment Manufacturing
  • Place of Performance:
    Sisseton , SD 57262
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994) (Public Law 103-355) This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.



A. The Great Plains Area Indian Health Service (IHS) intends to award a firm fixed-price, commercial item, Purchase Order in response to Request for Quote 75H70624Q00003.



B. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-06 dated 12/04/2023.



C. The RFQ is issued as 100% Indian Economic Enterprise, Small Business set-aside, and the associated NAICS Code is 334118, which is small business standard of 1000 number of employees.



D. The quoted “Unit Price” is an all inclusive cost. All “inclusive cost” is defined to include travel, lodging, per diem, fringe benefits, i.e., life insurance, social security, federal, state, and local taxes, plus all other costs pertinent to the performance of this contract. Utilize your most competitive rates.



Name Brand



See Complete Specification List (attached)




  1. Dell Mobile Precision Workstation 7680



Quantity 15 _____________unit price total price $____________




  1. Dell Pro Headset WH3022 Wired



Quantity 15_____________ unit price total price $____________




  1. Dell-WD22TB4 Docking Station -Thunderbolt HDMI 3 years Adv Exchange



Quantity 15 ____________ unit price total price $_____________




  1. APC Back-UPS 600 VA UPS Battery Back up



Quantity 15 ____________ unit price total price $_____________




  1. Dell -C2722DE Dell 27 Video Conferencing Monitor



Quantity 15 ____________ unit price total price $_____________



TOTAL PRICE: $__________________



E. To provide Information Technology (IT) Laptops & Equipment



F. To be provided to Woodrow W. Keeble Memorial Health Care Center, IT Department, 100 Lake Traverse Drive, Sisseton, SD 57262. Period of performance will be 45 days from the date of award.



G. BASIS FOR AWARD: Lowest Price Technically Acceptable, Shall provide the items listed in the specifications Listing; Brand Name or Equal Buy, Ability to meet delivery schedule, Complete, fill out the Indian Firm Representation Form



H. FAR 52.212-1 - Instructions to Offerors - Commercial Items (September 2023):



Quotes shall be submitted on company letterhead stationary, signed and dated and it shall include the following in order to be considered technically acceptable.



1. Solicitation number: 75H70624Q00003

2. Closing date of January 10, 2024 at 12:00pm CST.

3. Name, address, telephone number of the offeror and email address of the contact person.

4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include documents, if necessary;



5. Terms of any express warranty.

6. Price of any discount terms



7. “Remit to" address, if different than mailing address;



8. A completed copy of the representations and certifications at FAR 52.212-3; see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically.



9. Acknowledgement of any Solicitation Amendments(if any issued)



10. A statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitations. Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded.



I. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (November 2023) - See attachment for full text and instruction for completion. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via http://www.sam.gov. If an offeror has completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraph (c) through (o) of this provision.



J. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (November 2023)



- See attachment; in by reference



K. FAR 52.212-5 - Contract Terms & Condition's Required to Implement Statutes or Executive Orders - Commercial Items (December 2023) - See attachment for full text.



L. Attached are the Federal Acquisition Regulations (FAR) and the Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including the following:



M. Offers will be accepted electronically, Submit via e-mail to the following:

Great Plains Area Indian Health Service

DeAnne Dolphus, Contract Specialist

115 4th Avenue SE, Room 309, Federal Building

Aberdeen, South Dakota 57401



e-mail: deanne.dolphus@ihs.gov



Phone: 605-226-7272



Any questions please submit by January 5, 2023 by 12:00 CST.



Contractor will need a UEI number, TIN number and be registered with www.SAM.gov



ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 30 days from the date of receipt by the Government. Quotation must set forth full, accurate, and complete information as required by the Request for Quotation (RFQ) and be returned no later than the date referenced. All required information must be submitted in order to be considered responsive and eligible for award.



No contract award shall be made to any vendor listed on the OIG Exclusions List at http://exclusions.org.hhs.gov throughout the duration of the contract.



Contractor must be registered with the System for Award Management (SAM) at www.sam.gov.



The Government reserves the right to accept or reject services, if the level of performance is unacceptable.



Invoice Processing Platform (IPP)



The Indian Health Service (IHS) is in the process of implementing an electronic invoicing system.



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.



The IPP website address is: https://www.ipp.gov



If you require assistance registering or IPP account access, please contact the IPP Helpdesk at (866) 973-3131 (M-F 8AM to 6PM ET), or IPPCustomerSupport@fiscal.treasury.gov



“Should the contractor feel that use of the IPP would be unduly burdensome, their response to this solicitation should include an explanation of this position for a determination by the contracting officer”.



The Contractor must provide only new equipment and new parts for the required products described herein; no used, refurbished, or remanufactured equipment or parts shall be provided under any circumstances. Absolutely no “Gray Market Goods” or “Counterfeit Electronic Parts” shall be provided. Gray Market Goods are defined as genuine branded goods intentionally or unintentionally sold outside of an authorized sales-territory or by non-authorized dealers in an authorized territory. All equipment shall be accompanied by the Original Equipment Manufacturers (OEM’s) warranty. Counterfeit Electronic Parts are defined as unlawful or unauthorized reproduction, substitution, or alteration that has been knowingly mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified electronic part from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitution includes used electronic parts represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics.



“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


Attachments/Links
Contact Information
Contracting Office Address
  • DIVISION OF ACQUISITION MANAGEMENT FEDERAL BLDG 115 4TH AVE SE RM 309
  • ABERDEEN , SD 57401
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 29, 2023 03:11 pm CSTCombined 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 >