Federal Bid

Last Updated on 31 Mar 2023 at 6 PM
Combined Synopsis/Solicitation
Claremore Oklahoma

RTLS system at CIH

Solicitation ID IHS1469792
Posted Date 31 Mar 2023 at 6 PM
Archive Date 20 Apr 2023 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 Claremore Oklahoma United states 74017

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) # IHS1469792.  Submit only written quotes for this RFQ. This solicitation is 100% BUY INDIAN SET-ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01.  The associated NAICS code is 339112.

This RFQ contains Six (6) Line Item:

CLIN

DESCRIPTION

QTY

UNIT

Unit Price

TOTAL

0001

The contractor shall provide RTLS system according to the attached Statement of Work. 

1

EA

0002

Comprehensive RTLS - Licensing and Software

1

EA

0003

Option Year 1 – Annual license and maintenance

1

EA

0004

Option Year 2 – Annual license and maintenance

1

EA

0005

Option Year 3 – Annual license and maintenance

1

EA

0006

Option Year 4 – Annual license and maintenance

1

EA

PERIOD OF PERFORMANCE: 120 days ARO, Base Plus 4 Option Years

Vendor Requirements:   SEE ATTACHED STATEMENT OF WORK

Submit Quotes no later than: 04/05/2023 4:30PM CDT  to the Following Point of Contact: Misti Bussell, Purchasing Agent, via Email: [email protected].

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

To be considered technically acceptable, items must meet the following:

    • Provide a Real-Time Location Services (RTLS) Infant Protection system for the OB Department.
    • This sytem will provide tags to both mother and infant.
    • FedRamp Medium approved cloud
    • Windows Server 2019 or above
    • Integrated with a dashboard

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

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 (DEC 2022); FAR 52.212-5 (MAR 2023), 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 52.219-8; FAR 52.219-13,; FAR 52.219-28,; FAR 52.222-3, 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,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. ([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, 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.

Bid Protests Not Available

Similar Past Bids

Claremore Oklahoma 31 Mar 2023 at 6 PM
Claremore Oklahoma 14 Apr 2023 at 4 PM
Claremore Oklahoma 06 Apr 2023 at 7 PM
Claremore Oklahoma 31 Mar 2023 at 6 PM
Claremore Oklahoma 08 Jul 2021 at 1 PM