Federal Bid

Last Updated on 18 Jul 2024 at 11 AM
Combined Synopsis/Solicitation
Clinton Oklahoma

NEW LIFEPAK 1000 DEFIBRILLATORS

Solicitation ID IHS-246-24-Q-0104
Posted Date 18 Jul 2024 at 11 AM
Archive Date 07 Aug 2024 at 4 AM
NAICS Category
Product Service Code
Set Aside Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
Contracting Office Ok City Area Indian Health Svc
Agency Department Of Health And Human Services
Location Clinton Oklahoma United states 73601

This is a combined synopsis/solicitation for commercial products or commercial services 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; quotations 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) # 246-24-Q-0104.  Submit only written quotes for this RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. This solicitation is 100% Buy Indian Set-aside. The associated NAICS code is 423450.

PERIOD OF PERFORMANCE:        90 days from date of award.

Vendor Requirements:   SEE ATTACHED SPECIFICATIONS

Submit Quotes no later than: 07/23/2024 4:00 p.m. CST  to the Following Point of Contact (only): Krishna Harriman, Purchasing Agent, via Email: [email protected].

Evaluation:  FAR 52.212-2 Evaluation – Commercial Products and Commercial Services (NOV 2021):

(a) The Government will award a firm fixed price Purchase Order 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

To be considered Technically Acceptable, offers/items must meet the following:

  • Pricing: Complete Pricing Schedule above including any shipping and handling. The total of devices and shipping will be considered for evaluation.
  • Specifications: Each defibrillator shall include the following specifications:
    • Graphic Display with adaptive biphasic waveform.
    • Energy output of 200-300-360 joules.
    • CPR max technology.
    • 6 pairs of quik-combo pacing/defibrillation/ECG electrodes with redi-pak preconnect system.
    • Non-rechargeable lithium manganese dioxide battery.
    • Carrying case.
    • Shoulder strap.
    • Quick reference instruction card.
    • Operating instructions.
    • Getting started guide.
  • Warranty: 5 years.
  • Delivery: within 90 days.

VENDORS SHALL SUBMIT THE FOLLOWING:

*COMPLETED PRICE SCHEDULE.

*DEFIBRILLATOR SPECIFICATIONS.

*WARRANTY.

*ISBEE COMPLIANCE FORM.

*COMPLETED ATTACHED PROVISIONS

VENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT DESCRIPTITVE LITERATURE SHOWING HOW THEIR PRODUCT/SERVICES MEETS OR EXCEEDS THE REQUIREMENTS BEING SOLICITED

PROVISIONS:  FAR 52.242-1, Solicitation Provisions Incorporated by Reference. (FEB 1998). This solicitation incorporates one or more solicitation provisions 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. 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/these address(es): https://www.acquisition.gov/browse/index/far

FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023);

FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Feb 2024);

FAR 52.222-22, Previous Contract and Compliance Reports (Feb 1999);

FAR 52.252-5, Authorized Deviations in Provisions (NOV 2020);

HHSAR 352.226-4, Notice of Indian Small Business Economic Enterprise set-aside (JAN 2022);

HHSAR 352.226-7, Indian Economic Enterprise Representation (JAN 2022);

HHSAR 352.239-78, Information and Communication Technology Accessibility Notice (Feb 2024) (DEVIATION);

 (the offeror should include a completed copy of these provisions with their quote).

CLAUSES:  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(es):  https://www.acquisition.gov/browse/index/far

FAR 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023);

FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023);

FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023);

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Products and Commercial Services (Feb 2024); 

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

FAR 52.219-6,  Notice of Total Small Business Set-Aside (NOV 2020);

FAR 52.222-3, Convict Labor (Jun 2003);

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

FAR 52.222-26, Equal Opportunity (Sep 2016);

FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020);

FAR 52.222-50, Combating Trafficking in Persons (Nov 2021);

FAR 52.225-1, Buy American-Supplies (OCT 2022);

FAR 52.225-13, Restrictions of Certain Foreign Purchases (FEB 2021);

FAR 52.226-8, Encouraging Contractor Policies to Ban text Messaging While Driving (MAY 2024);

FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Oct 2018);

FAR 52.252-6, Authorized Deviations in Clauses (Nov 2020);

HHSAR CLAUSES:

HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (DEC 2015);

HHSAR 352.223-70, Safety and Health (DEC 2015);

HHSAR 352.226-1, Indian Preference (Dec 2015);

HHSAR 352.226-6, Indian Economic Enterprise Subcontracting Limitations (JAN 2022);

HHSAR 352.232-71, Electronic submission of payment requests (FEB 2022);

HHSAR 352.239-79, Information and Communication Technology Accessibility (Feb 2024) (DEVIATION);

  

Miscellaneous:

NO FAX QUOTATIONS

ELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. ([email protected]

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, UEI 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.

Bid Protests Not Available

Similar Past Bids

Clinton Oklahoma 14 Feb 2024 at 8 PM
Clinton Oklahoma 14 Feb 2024 at 8 PM
Clinton Oklahoma 14 Feb 2024 at 9 PM
Portsmouth Virginia 23 Jul 2008 at 1 PM
Location Unknown 13 Jul 2012 at 7 PM

Similar Opportunities

Kansas city Missouri 09 Oct 2025 at 4 PM
Castle point New york 14 Jul 2025 at 2 PM
Clinton Mississippi 11 Jul 2025 at 8 PM
Clinton Mississippi 11 Jul 2025 at 7 PM
Clinton Mississippi 11 Jul 2025 at 7 PM