Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
SOLICITATION NOTICE

W -- Lease of Will Call Management System

Notice Date
5/22/2020 1:59:19 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
 
ZIP Code
73114
 
Solicitation Number
246-20-Q-0062
 
Response Due
5/27/2020 7:00:00 AM
 
Archive Date
06/11/2020
 
Point of Contact
Sean Long, Phone: 9185576957
 
E-Mail Address
sean.long@ihs.gov
(sean.long@ihs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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.� 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-0062 Lease of Will Call Management System RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05.� This solicitation is a full and open.� The associated NAICS code is 511210 with a small business size standard of $41.5 million. This RFQ contains five (5) Line Items, for the all-inclusive lease of Will Call Management Operating System for a base year plus four option years as follows: CLIN DESCRIPTION QTY UNIT Unit Price TOTAL 0001 September 15, 2020 through September 14, 2021 � All-inclusive Lease IntelliSys IntelliVault Will Call Management Operating System 2.0 � Standard - in accordance the attached Statement of Work. 12 MO OPTION YEAR 1���������������������������������������������������������������������������������������������������������������������� 0002 September 15, 2021 through September 14, 2022 � All-inclusive Lease IntelliSys IntelliVault Will Call Management Operating System 2.0 � Standard - in accordance the attached Statement of Work. 12 MO option year 2��������������������������������������������������������������������������������������������������������������������� 0003 September 15, 2022 through September 14, 2023 � All-inclusive Lease IntelliSys IntelliVault Will Call Management Operating System 2.0 � Standard - in accordance the attached Statement of Work. 12 MO OPTION YEAR 3���������������������������������������������������������������������������������������������������������������������� ������������������������������ 0004 September 15, 2023 through September 14, 2024 � All-inclusive Lease IntelliSys IntelliVault Will Call Management Operating System 2.0 � Standard - in accordance the attached Statement of Work. 12 MO option year 4����������������������������������������������������������������������������������������������������������������������� 0005 September 15, 2024 through September 14, 2025 � All-inclusive Lease IntelliSys IntelliVault Will Call Management Operating System 2.0 � Standard - in accordance the attached Statement of Work. 12 MO The system shall include: Product Code�������������� Product���������������������������������� Qty�� Item Description IS-STD-02������ IntelliSys IntelliVault Will ������� 1������ IntelliSys IntelliVault Will Call Management ����������������������� Call Management Operating ��������� Operating System 2.0 ����������������������� System 2.0 � Standard������������������ - Standard (Non-RMF Certified) IC-04�������������� IntelliCab: Four-Drawer�������� 2������ GSL Solutions 4 Drawer IntelliCab ����������������������� Will Call Storage Cabinet��������������� -includes SmartBaskets and �������������������������������������������������������������������������������� lids to fill cabinet SG-01������������ Signature Capture Pad���������� 2����� Signature Capture Pad - Includes GSL ����������������������������������������������������������������������� ������� configuration settings IP-01�������������� IntelliPad�������������������������������� 2������ IntelliPad � RFID Reader SC-01������������� Bar Code Scanner����������������� 4������ Bar Code Scanner �Includes GSL� �������������������� configuration settings PERIOD OF PERFORMANCE: (Base Period); Base Year: ���������������� 09/15/2020 through 09/14/2021 Option Year 1:������������ 09/15/2021 through 09/14/2022 Option Year 2:������������ 09/15/2022 through 09/14/2023 Option Year 3:������������ 09/15/2023 through 09/14/2024 Option Year 4:������������ 09/15/2024 through 09/14/2025 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: May 27, 2019 @ 9:00 AM CST� to the Following Point of Contact: Sean Long; sean.long@ihs.gov or 918-342-6509 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, 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. (sean.long@ihs.gov)� Mail quotations to Claremore Indian Hospital, Attn: Sean Long, 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 Contract Specialist, Sean Long, sean.long@ihs.gov or 918-342-6509
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dc0bb4ec74bf4b7cbf2fc886731bc527/view)
 
Place of Performance
Address: OK 74017, USA
Zip Code: 74017
Country: USA
 
Record
SN05669031-F 20200524/200522230157 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.