Federal Bid

Last Updated on 08 Jul 2022 at 4 PM
Combined Synopsis/Solicitation
Santa fe New mexico

Two Marco Encore 1220 & One Reliance 7000 Chairs - SFIHC

Solicitation ID 75H70722Q00065
Posted Date 08 Jul 2022 at 4 PM
Archive Date 30 Jul 2022 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Albuquerque Area Indian Health Svc
Agency Department Of Health And Human Services
Location Santa fe New mexico United states 87505

(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 75H70722Q00065.

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

(iv) Pursuant to the authority under FAR 19.5, this requirement is a Small Business set aside. This requirement is a total Small Business, and the associated NAICS code is 339115 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:

Two (2) Marco Encore 1220 Automatics Chair: _________________

One (1) Reliance 7000 Automatic Chair: 

(vi) The purpose of this fixed price purchase order is to procure Two (2) Macro Encore 1220 Automatic Chairs and One (1) Reliance 7000 Automatic Chair with the following specifications:

DESCRIPTION

Marco Encore 1220 Automatic Chair

Model 1220

Power 110 V AC, 50/60 Hz, 7 A

Weight 375 lbs

Warranty 1 Year

Chair Height Adjustable 21” to 38”

Dimensions 22.24”x22.05”x38.58”

Recline Automatic, motorized, capable of completely flat

Auto Return Yes

Headrest Single handed operation

Hydraulic System Marco exclusive

Control Panels Fingertip for height, located on both sides of chair

Rotation Lock Foot activated

Cushion Encore Black

Footswitch Corded

Reliance 7000

Model 7000LFC

Power 115 V AC, 50/60 Hz, 6.3 A

Weight 325 lbs

Warranty 1 Year

Chair Height Adjustable

Dimensions 22 5/16”x24.5”x33”

Recline Automatic, motorized, capable of completely flat

Auto Return Yes

Headrest Adjustable, concave

Control Panels Ultra durable membrane switches, on both sides of chair

Rotation Lock Foot activated

Cushion Hand sewn, removable cushions, Black

Footswitch Corded

Base #20 Pearl

KEY FEATURES

Marco 1220

 Easy to use backlit fingertip switches

 Auto return feature

 Programmable to any recline position

 Single handed headrest operation

Reliance 7000

 Dual Purpose Exam Chair and Minor Procedure Table

 Adjustable concave headrest

 Ultra durable membrane switches

 Memory programming

 Upholstered armrests

Warranty: The Vendor shall provide a 1 year limited warranty for the equipment.

Training: No training is required for this item.

Shipping: The Vendor shall include all associated shipping costs and provide shipping date information to the Project Manager/POC listed. The equipment shall be shipped to the following location:

Santa Fe Indian Hospital

1700 Cerrillos Road

Santa Fe, NM 87505

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, Offeror Representations and Certifications—Commercial Products and Commercial Services (May 2022), 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)).

(c) The Contractor shall comply with the HHSAR clause in this paragraph 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:

HHSAR 352.232-71 Electronic Submission of Invoice 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. Unless otherwise agreed to by the contracting officer per HHSAR 352.232.71(c), the use of IPP shall take precedence over previously established invoicing 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.

(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.acauisition.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 July 15, 2022, e-mail the quotes to [email protected]. Questions are due on July 12, 2022 by 3:30 pm MDT. Offer must confirm the receipt of the proposal by IHS.

(xvi) Technical Contact is Kimberly Jones, [email protected]. Contact for solicitation is Patricia Trujillo, [email protected].

Bid Protests Not Available

Similar Past Bids

Philadelphia Pennsylvania 28 Jan 2013 at 6 PM
Danville Illinois 24 May 2018 at 7 PM
Portsmouth Rhode island 12 Jul 2016 at 12 PM
Albany New york 12 May 2021 at 7 PM

Similar Opportunities

Location Unknown 18 Jul 2025 at 4 AM
Chicopee Massachusetts 30 Sep 2025 at 4 AM (estimated)
Colorado 30 Jul 2025 at 4 AM (estimated)
Colorado 30 Jul 2025 at 4 AM (estimated)