**Please follow this requirement to receive updates for posted quetions and answers and potential extensions to the due date. BETA.SAM.gov is best viewed through the Chrome web browser.
AMENDMENT(S):
Indian Health Service (IHS) Car Seats
This is a combined synopsis/solicitation for commercial items prepared in accordance with the
format in Subpart 12.6, as supplemented with additional information in this notice. This
announcement constitutes the only solicitation; quotes are being requested and a written
solicitation will not be issued.
Solicitation # RFQ-20-PHX-45 and this notice is issued as a Request for Quotation (RFQ). This is a
combined synopsis/solicitation for commercial commodities/services. Submit written quotes only,
oral offers will not be accepted. All firms or individuals responding must be registered with
the System for Award Management (SAM).
This requirement is under North American Industrial Classification Standard (NAICS) code: 339999
and 424330; Small Business Size Standard: 100 employees. This requirement is a 100% small
business set aside; only qualified vendors may submit quotes.
REQUIREMENTS: Indian Health Service (IHS) – Phoenix Area Office (PAO), 40 North Central Ave.,
Phoenix, Arizona 85004-4424 has a requirement for 315 convertible car seats and 322 booster seats
in support of the Phoenix Area Injury Program's Ride Safe Program. The goal of Ride Safe is to
identify methods to increase child safety seat usage in tribal communities. Products shall meet the NHTSA Federal Safety Standards not on a recall listing and accommodate the listed weight/height.
This procurement is for NEW Equipment ONLY; no remanufactured or "gray market" items. Vendor shall
be an Original Equipment Manufacturer (OEM authorized dealer, authorized distributor or authorized
reseller for the proposed equipment/system such that OEM warranty and service are provided and
maintained by the OEM. All, warranty and service associated with the equipment shall be in
accordance with the OEM terms and conditions. All Equipment must be covered by the manufacturer's warranty. The quote MUST include a copy of the authorized distributor letter from the manufacturer to verify that the vendor is an authorized distributor of the products being quoted.
Service Performance Locations: see attachment.
Questions Due Date: 08/21/2020 3:00 PM Pacific Daylight Savings Time (PDT) – all
questions must be submitted via email. Quote Due Date: 08/25/2020 10:00 AM PDT
Pricing: see attachment.
Specifications:
Convertible Car Seat:
Rear Facing capability:
o 5 – 40 pounds
o 19” – 40” height Forward facing capability:
o 22 – 65 pounds
o 28” – 50” height Booster Car Seat:
With backrest capability:
o 30 – 110 pounds
o 38” – 57” height Without backrest capability:
o 40 – 110 pounds
o 40” – 57” height
Quotes must be submitted electronically to [email protected].
This is an open-market combined synopsis/solicitation for products as defined herein. All quotes
must meet the general description of the salient physical, functional or performance
characteristics outlined above to be deemed technically acceptable. The government intends to award a firm, fixed price purchase order as a result of this combined synopsis/solicitation to the lowest price technically acceptable (LPTA), responsive and responsible vendor on an all or none basis; meaning that the vendor must be able to supply the total quantity requested of the acquisition to be considered for award.
This combined synopsis/solicitation document and incorporated provisions and clauses are those in
effect through Federal Acquisition Circular FAC 2020-07 dated 08-03-2020.
The provision at FAR 52.212-1, Instructions to offerors - Commercial, applies to this solicitation.
The full text of FAR provisions or clauses may be accessed electronically at
http://acquisition.gov/comp/far/index.html.
The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items JAN 2017
FAR 52.212-3, Offerors Representations and Certifications Commercial Items NOV 2017
Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in
accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If
paragraph (j) of the provision is applicable, a written submission is required.
CLAUSES INCORPORATED BY REFERENCE:
The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses
Incorporated by Reference. 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 (es): https://www.acquisition.gov/far/ (FAR) and (HISR);
52.212-1 Instructions to Offerors – Commercial Items (OCT 2015)
52.212-3 Offeror Representations and Certification - Commercial Items (MAR 2016);
52.212-4 Contract Terms and Conditions Commercial Items (MAY 2015);
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders
Commercial Items (MAR 2016);
52.222-3 Convict Labor (JUN 2003);
52.222-21 Prohibition of Segregated Facilities (APR 2015);
52.222-26 Equal Opportunity (APR 2015);
52.222-36 Equal Opportunity For Workers With Disabilities (JUL 2014); 52.222-41 Service Contract
Labor Standards (MAY 2014);
52.225-1 Buy American Act – Supplies (FEB 2009);
52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008);
52.232-33 Payment by Electronic Funds Transfer – System for Award Management (JUL 2013)
(31 U.S.C. 3332);
52.232-34 Payment by Electronic Funds Transfer – Other than System for Award Management
(MAY 1999);
52.233-2 Service of Protest (SEP 2006)
52.252-1 Solicitation Provisions Incorporated by Reference
52.204-7 System for Award Management (JUL 2013);
13.5 ADDENDUM – ADDENDUM to FAR 52.212-5 Instructions to Offerors – Commercial Items
Sub-Part 13.5 Simplified Procedures for Certain Commercial Items