United States - Pager service

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
21 October 2019
Opportunity publication date
08 October 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Oct 07, 2019 11:04 am

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. This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ). Submit only written quotes for 246-20-Q-003 Paging Services RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98. This solicitation is a 100% Small Business set-aside. The associated NAICS code is 517312 with a small business size standard of 1,500 employees.

This RFQ contains (5) Line Items, for paging services as follows:
CLIN DESCRIPTION Unit of
Issue Qty Unit Price Ext. Price
BASE + 3 OPTION YEARS 11/01/2019 - 10/31/2020
11/01/2020 - 10/31/2021
11/01/2021 - 10/31/2022
11/01/2022 - 10/31/2023
0001 - IT Dept Group Rate for 2 Numbers x 12 Months in accordance with the attached SOW(see attached statement of work) EA 2 $
0002 - Telecommunications Fees MO 12 $
0003 - Alphanumeric Pager Equipment Rental EA 48 $
0004 - Alphanumeric Pager Airtime Fees MO 12 $
0005 - Charge for Lost or Damage Paging Equipment Beyond Repair EA 5 $
TOTAL:  
PERIOD OF PERFORMANCE: (Base Period+ 3);
Base Year: 11/01/2019 through 10/31/2020
11/01/2020 - 10/31/2021
11/01/2021 - 10/31/2022
11/01/2022 - 10/31/2023
Vendor Requirements: See attached Statement of Work document for requirements, location, and instructions.
STATEMENT OF WORK IS ATTACHED TO THIS COMBINED SYNOPSIS SOLICITATION
Submit Quotes no later than: October 21, 2019 @ 2:00PM CST to the Following Point of Contact: Randy Nevills; Miranda.nevills@ihs.gov
Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (completed as follows):
(a) The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Lowest Price Technically Acceptable
This solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below. Terms and conditions other than those stated will not be accepted. The above pricing is all inclusive.
PROVISIONS: The following FAR provisions apply to this solicitation:
FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (the offeror should include a completed copy of this provision with their quote).
CLAUSES: The following FAR clauses apply to this solicitation:
FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.217-8, Option to Extend Services, FAR 52.217-9, Option to Extend the Term of the Contract, FAR 52.219-6, Notice of Total Small Business Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-13, Notice of Set-Aside of Orders; FAR 52.219-28, Post-Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving; FAR 52.225-1, Buy American Act--Supplies; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act - Price Adjustment. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil.
Miscellaneous:
NO FAX QUOTATIONS
ELECTRONIC SUBMISSIONS - SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (miranda.nevills@ihs.gov)
Mail quotations to Claremore Indian Hospital, Attn: Randy Nevills, 101 S Moore Ave, Claremore, OK 74017
All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award. Please submit the following information with each quote: Vendor Name, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability. Failure to provide sufficient technical detail may result in rejection of your quote.
For additional information, please contact the Purchasing Agent, Randy Nevills,
918-342-6447.
STATEMENT OF WORK
PAGER SERVICES

1. General Requirements
1.1 Description of Work
Claremore Indian Hospital (CIH) seeks contract for pager services.

1.2 Location of Pager Services
Claremore Indian Hospital
West Will Rogers & Moore
101 South Moore Avenue
Claremore, OK 74107
1.3 Submittals
One copy of the monthly invoice to:
Claremore Indian Hospital
Attn: David Ponder
West Will Rogers & Moore
101 South Moore Avenue
Claremore, OK 74107
Or by e-mail to: david.ponder@ihs.gov
1.3.1 Work Requirements

The contractor shall provide the following pager services consisting of the following:
a. Monthly pager rental for 48 pagers
b. Replacement Pager Services for up to 5 pagers
c. All telecommunication services and air time shall be broken out separately.

1.4 Schedule
Period of Performance: Base Year +3: 11/01/2019 through 10/31/2020
11/01/2020 - 10/31/2021
11/01/2021 - 10/31/2022
11/01/2022 - 10/31/2023

1.5 Travel Requirements
N/A
1.6 Deliverables
Monthly Pager Services for 48 pagers
1.7 Technical Points of Contact
David Ponder, Program Manager (918) 342-6699

1.8 Invoicing

Invoices shall include the following information:
a. Contractor Name, Address, TIN, and Phone Number
a. Date of invoice
b. Unique Invoice Number
c. Basic Contract Number on the award document
d. Modification Number (if applicable)
e. Title of Invoice
f. Description of Work relating to invoice
g. Invoice Amount
All invoices shall be sent to the following address:
Oklahoma City Area Indian Health Services
Office of Finance and Accounting
701 Market Drive
Oklahoma City, OK 73114
Fax#405-951-3873
NO payment will be made without a proper invoice.

Opportunity closing date
21 October 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Health and Human Services Oklahoma Area Ofc Claremore Service Unit United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?