Skip to main content

An official website of the United States government

You have 2 new alerts

Ritter/Midmark Exam Tables - SFIHC

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)
  • Original Published Date: May 13, 2022 03:33 pm MDT
  • Original Date Offers Due: May 20, 2022 03:30 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 04, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Santa Fe , NM 87505
    USA

Description

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

(ii) This Request for Quotation (RFQ) is being issued via solicitation 75H70722Q00046.

(iii) This solicitation document and incorporation provision and clauses are those in effect through Federal Acquisitions Circular 2022-06.

(iv) Pursuant to 48 CFR Part 326, Subpart 326.603-3 and IHM 5.5-6, Indian Health Service must use the negotiation authority of the Buy Indian Act, 25 U.S.C. 47. This requirement is a total Indian Small Business Economic Enterprise (ISBEE), and the associated NAICS code is 339112 with small business standard of 1000.

(v) The Contract Line Items (CLIN) and pricing structure are as shown below: CLIN 0001: Brand Name or Equal to the following:

Fourteen (14) Ritter/Midmark 625 Exam Tables Unit Price: _________________

(vi) The purpose of this fixed price purchase order is to procure Fourteen (14) Ritter/Midmark 625 Exam Tables with the following specifications:

The Exam Tables shall include and meet the following: Model – 625, Power – 115 V AC 50/60 Hz 11.5A, Weight – 470 lbs, Warranty – 1 year, Weight Capacity – 650 lbs, Table Height – Adjustable 18” to 37”, Pelvic Tilt – 5 1/5°, Heated Drawer – 92°F to 112°F, Paper Roll Holder – Holds 24”x3.56” paper roll, Dual Electrical Receptacle – Hospital grade with one on each side of the table, Stirrups – Hideaway capable of locking in 4 lateral positions, Color – Oasis 843.

Installation is required.

(vii) The delivery and acceptance terms for this order are FOB Destination. 90 days after Receipt of Award.

(viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Nov 2021), applies to this acquisition. Quotes shall be submitted on company letterhead stationery, signed and dated, it shall include the following:

1. Solicitation number.

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

3. Technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation.

4. Completed Pricing Information and discount terms if applicable.

5. A completed copy of the representations and certifications at FAR 52.212-3.

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

(ix) The provision at 52.212-2, Evaluation - Commercial Items (Nov 2021), applies to this solicitation.

 a) The Government will award a 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: (i) Technical Capability (specifications) and (ii) Price; All technical factors other than price, when combined, are more important than 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).

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 must include a completed copy of the provision at 52.212-3, The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision.

 (xi) The clause at 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Items (NOV 2021), applies to this acquisition. The following addendum applies: E-Mail Address  for submission of invoices is: https://www.ipp.gov/. Invoice shall be submitted once delivery has been completed.

(xii) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders—Commercial Products and Commercial Items (May 2022), and the additional FAR clauses cited in the clauses are applicable to the acquisition.

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions))

(2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).

(3) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).

(4) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).

(2) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) (41 U.S.C. 3509))

(3) 52.219.8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3))

(4) 52.219-13, Notice of Set-Aside of Orders (Mar 2020) (15 U.S.C. 644(r))

(5) 52.219-28, Post Award Small Business Program Rerepresentation (Sep 2021) (15 U.S.C.632(a)(2)).

(6) 52.222-3, Convict Labor (June 2003) (E.0.11755)

(7) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2022) (E.0.13126)

(8) 52.222-21, Prohibition of Segregated Facilities (Apr 2015)

(9) 52.222-26, Equal Opportunity (Sept 2016) (E.0.11246)

(10) 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.0.13627).

(11) 52.223-15, Energy Efficiency in Energy-Consuming Products (May 2020) (42 U.S.C. 8259b)

(12) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) 

(13) 52.225-1, Buy American—Supplies (Nov 2021) (41 U.S.C. chapter 83).

(14) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).

(15) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d) (12)).

(xiii) The following additional contract requirement(s) and terms and conditions are determined by the contracting officer to be necessary for this acquisition consistent with customary commercial practices:

a) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) & 52.252-2 – Clauses Incorporated by Reference (Feb 1998) applies to the RFQ. This solicitation incorporates full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and             submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.acquisition.gov.

1) FAR 52.217-8, Option to Extend Services (Nov 1999)

2) FAR 52.236-12, Cleaning Up (Apr 1984)

b) The following HHSAR clauses are incorporated to this RFQ:

1)   352.211-3, Paperwork Reduction Act (DEC 2015)

2)   352.226-1, Indian Preference (DEC 2015)

3)   352.226-2, Indian Preference Program (DEC 2015)

4)   352.227-70, Publications and Publicity (DEC 2015)

(xiv) N/A

(xv) Quotes are due by 3:30 pm (MDT) on May 20, 2022, e-mail the quotes to patricia.trujillo@ihs.gov. Questions are due on May 16, 2022 by 3:30 pm MDT. Offer must confirm the receipt of the proposal by IHS.

(xvi) Technical Contact is Kimberly Jones, kimberly.jones@ihs.gov. Contact for solicitation is Patricia Trujillo, patricia.trujillo@ihs.gov.

Contact Information

Contracting Office Address

  • 4101 Indian School Rd NE Ste 225
  • ALBUQUERQUE , NM 87110
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Jun 04, 2022 09:55 pm MDTCombined Synopsis/Solicitation (Original)