Oregon Bids > Bid Detail

MULTI-FUNCTION DEVICE LEASE

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159033153291303
Posted Date: May 22, 2023
Due Date: May 24, 2023
Solicitation No: 75H71323Q00051
Source: https://sam.gov/opp/58b5ca4a1b...
Follow
MULTI-FUNCTION DEVICE LEASE
Active
Contract Opportunity
Notice ID
75H71323Q00051
Related Notice
WOSU-23-027
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
INDIAN HEALTH SERVICE
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: May 22, 2023 06:16 pm EDT
  • Original Published Date: May 12, 2023 05:21 pm EDT
  • Updated Date Offers Due: May 24, 2023 05:00 pm EDT
  • Original Date Offers Due: May 19, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jun 08, 2023
  • Original Inactive Date: Jun 03, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: W074 - LEASE OR RENTAL OF EQUIPMENT- OFFICE MACHINES, TEXT PROCESSING SYSTEMS, AND VISIBLE RECORD EQUIPMENT
  • NAICS Code:
    • 532420 - Office Machinery and Equipment Rental and Leasing
  • Place of Performance:
    Salem , OR 97305
    USA
Description

Solicitation no. 75H71323Q00051 is hereby amended to correct due date from 05/22/2023, 5:00 PM, PST to 05/24/2023, 5:00 PM, PST.



Solicitation no. 75H71323Q00051 is hereby amended to the following:



1) Extend due date from 05/19/2023, 5:00 PM, PST to 05/24/2023, 5:00 PM, PST.



2) Include Attachment no. 3 - Questions and Answers (Refer to attached updated version)



3) Updated Attachment no. 2 - Schedule of Items [This has been revised to reflect the three (3) MFDs]



4) Updated Attachment no. 1- Statement of Work (Under section IV, #7-Fax Kit (from 1st Line & 2nd Line to 1st Line only)



This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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.



Solicitation no. 75H71323Q00051 has been issued as a Request For Quotation for a firm fixed price commercial items services contract for the lease and support services of Brand name Konica Model Bizhub C300i or Equal Brand Multi-Function Device, located at Salem, Oregon. The performance period is from September 01, 2023 through August 31, 2028. The performance period includes a one-year Base and four (4) one-year options (Refer to Attachment No. 1 - Statement of Work for details).



The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-03 dated April 26, 2023. The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation – Commercial Items, applies to this acquisition. Price shall be used to evaluate offers and the brand name or equal provision. Vendor shall submit a specification of the MFD. Offerors are advised to submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders – Commercial Items, applies to this acquisition and these clauses:



52.211-6 – BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation.(b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must—(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;(2) Clearly identify the item by—(i) Brand name, if any; and(ii) Make or model number;(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and(4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision)



FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address: http://www.acquisition.gov. 52.204-7, System for Award Management (Oct 2018), 52.222-3, Convict Labor (June 2003), 52.222-26, Equal Opportunity (Sept 2016), 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020), 52.232-1, Payments (Apr 1984), 52.232-8, Discounts for Prompt Payment (Feb 2002), 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018), 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023), 52.233-1, Disputes (May 2014), 52.233-3, Protest after Award (Aug 1996), 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984), 52.237-3, Continuity of Services (Jan 1991)



52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. (End of clause)



52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months.



DEPARTMENT OF HEALTH AND HUMAN SERVICES ACQUISITION REGULATION (HHSAR) (48 CFR CHAPTER 3) CLAUSES:



352.239-73 Electronic and Information Technology Accessibility Notice (DEC 2015)



352.239-74 Electronic and Information Technology Accessibility (DEC 2015)



352.232-71 Electronic submission of 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)



This requirement is set-aside for TOTAL SMALL BUSINESS. The NAICS code is 532420 and the small business size standard is $35M.



ATTACHMENTS:



ATTACHMENT 1 – STATEMENT OF WORK



ATTACHMENT 2 – MFD RFQ



QUOTATION INSTRUCTIONS:



The Government will consider competitive rates. Quoter shall submit quote and complete Attachment No. 2- Section B-Schedule of Items. Monthly Rate shall be an All-Inclusive Monthly Rate that includes travel, per diem, lodging/housing, transportation, meals, and applicable taxes (i.e. federal, state and local). The basis of award is the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.



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).



AFFORDABILITY



To assist quoters with assessing the magnitude of services to be performed during contract performance, the Government estimates that the period tasks range from approximately $6K-$7K to meet this requirement. This estimate does not include the optional CLINS. The Government may select a quoter for award with a price below, at, or exceeding this figure if it finds that offer provides the best value and funds are available.



Award will be made to the responsible respondent pursuant to FAR subpart 9.1. Offers are due by 05/19/2023, 5 PM, PST. For information regarding this solicitation, e-mail Allan.Gaerlan@ihs.gov.




Attachments/Links
Contact Information
Contracting Office Address
  • 1414 N.W. NORTHRUP STREET SUITE 800
  • PORTLAND , OR 97209
  • 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 >