New Mexico Bids > Bid Detail

Taos Picuris Service Unit Digital X-Ray System

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159431376287547
Posted Date: Jun 27, 2023
Due Date: Jul 31, 2023
Solicitation No: 75H70723Q00095
Source: https://sam.gov/opp/64da4e27f0...
Follow
Taos Picuris Service Unit Digital X-Ray System
Active
Contract Opportunity
Notice ID
75H70723Q00095
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
ALBUQUERQUE AREA INDIAN HEALTH SVC
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Jun 27, 2023 03:08 pm MDT
  • Original Published Date: Jun 04, 2023 05:23 pm MDT
  • Updated Date Offers Due: Jul 31, 2023 12:00 pm MDT
  • Original Date Offers Due: Jul 03, 2023 12:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 15, 2023
  • Original Inactive Date: Jul 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 6525 - IMAGING EQUIPMENT AND SUPPLIES: MEDICAL, DENTAL, VETERINARY
  • NAICS Code:
    • 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing
  • Place of Performance:
    Taos , NM 87571
    USA
Description

**Statement of Work is amended to include: input power Three-Phase 480VAC.***



The Albuquerque Area Indian Health Service (AAIHS) has a requirement for the following supply/service:



Digital X-Ray System



Prospective Offerors are invited to submit proposals in reference to solicitation no. 75H70723Q00095. The solicitation package is comprised of all information including the estimated requirements, scope of work, and applicable attachments.



This solicitation is set-aside for Small Business Indian Firms (SBIF) pursuant to the Buy Indian Act 25 U.S.C. 47. If IHS does not receive at least two offers that are reasonably priced offers from SBIF’s, IHS will then evaluate quotes and consider award to other small business concerns under the following 5-tier cascading set-aside (in order of first consideration to last consideration):



1st Tier: Small Business Indian Firms



2nd Tier: Service Disabled Veteran Owned Small Businesses



3rd Tier: Certified HubZone Small Businesses



4th Tier: Small Disadvantage Businesses



5th Tier: All other Small Business Concerns.



QUESTIONS



In accordance with FAR 15.201 Exchanges with Industry before receipt of proposals, please refer to solicitation #(i.e. 18-242-SOL-XXXX) when requesting information regarding the solicitation via e-mail to eric.wright@ihs.gov, facsimile: (505) 256-6848 or phone: (505) 256-6752. The last day to submit any questions will be 5 business days at 12 pm prior to the solicitation close date.



52.237-1 SITE VISIT (APR 1984)



Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Potential offerors interested in viewing the facility prior to submitting their proposal:



• Tibb Armboy at 505-256-6789 or tibb.armboy@ihs.gov to schedule a site visit.



The Government anticipates issuing a single award.



Prospective Offerors are required to submit quotes/proposals by email to: eric.wright@ihs.gov



To be eligible for contract award, vendor must be registered in the System for Award Management (SAM) and must also complete Representations and Certifications at http://www.sam.gov, per FAR 52.204-7.



All payments by the Government under any associated order shall be made by electronic funds transfer (EFT), per FAR 52.232-33.



In accordance with HHSAR 352.232-71 Electronic Submission of Invoice Payment, contractors will 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.



Quotes will be accepted at 12:00 pm MST on July 3, 2023.



Late quotes will not be accepted unless post marked prior to the time and date of the due date.



1. (EQUIPMENT ONLY) Equipment Condition - New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.



2. Offer Period - Bid MUST be good for 30 calendar days after close of solicitation.



3. (EQUIPMENT ONLY) Shipping Condition - Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.



4. SAM Requirement - This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.



5. Commercial Items Terms and Conditions - The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.



6. Terms and Conditions - This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This procurement is being conducted under FAR Part 13, Simplified Acquisition Procedures. 52.204-7, 52.212-3, 52.213-4, 52.222-36.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 4101 Indian School Rd NE Ste 225
  • ALBUQUERQUE , NM 87110
  • 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 >