Dry Erase Boards for CMS
ID: OSFLO-393-2023-0045Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFCENTERS FOR MEDICARE AND MEDICAID SERVICESOFC OF ACQUISITION AND GRANTS MGMTBALTIMORE, MD, 21244, USA

PSC

OFFICE SUPPLIES (7510)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Sep 12, 2023 12:20 PM
  2. 2
    Updated Oct 5, 2023 1:20 PM
  3. 3
    Due Sep 15, 2023 2:00 PM
Description

Combined Synopsis/Solicitation HEALTH AND HUMAN SERVICES, DEPARTMENT OF is seeking a Total Small Business Set-Aside (FAR 19.5) for the procurement of Dry Erase Boards. Dry Erase Boards are typically used for writing and erasing information in various settings such as classrooms, offices, and meeting rooms. The procurement target is 1,700 Dry Erase Boards. The place of performance is Windsor Mill, MD, USA. The Small Business Set Aside Request for Quotation is being issued under Simplified Acquisition Procedures for a firm fixed price purchase order. The NAICS code for this procurement is 339940. The product must be made in the USA. The award will be given to the contractor with the lowest price that is technically acceptable. Interested parties must provide their quotes, including company information, contact details, business size classification, UEI, tax ID number, and estimated delivery time, by September 15, 2023, 10:00am. Registration in the SAM System for Award Management is required to receive a federal government award. Questions and quotes can be directed to Phillip Harrell at phillip.harrell@cms.hhs.gov or (410)786-8635.

Files
Title
Posted
Lifecycle
Title
Type
Dry Erase Boards for CMS
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Billings Area Office (BAO) Dell Laptop Refresh
Active
Health And Human Services, Department Of
Combined Synopsis/Solicitation HEALTH AND HUMAN SERVICES, DEPARTMENT OF Billings Area Office (BAO) Dell Laptop Refresh The Billings Area Office, Indian Health Service (IHS), is seeking to procure Dell laptops and accessories through a Firm-Fixed Price, Commercial Item, Purchase Order. This procurement is a 100% Indian Small Business Economic Enterprise (ISBEE) Set-Aside. The laptops and accessories will be used to refresh the computer clients, software, and accessories in the Billings Area Office. The procurement includes the following items: - 60 DELL Latitude 5540 Laptops or Equivalent - 40 DELL Latitude 7440 Laptops or Equivalent - 20 Dell Dock WD19s or Equivalent The delivery location is the Billings Area Office, Indian Health Service, in Billings, Montana, United States. The delivery period is ninety (90) days from the date of award. Interested offerors must submit their quotes by August 2nd, 2024 at 12:00 pm CT. The basis of award will be Lowest Price, Technically Acceptable (LPTA), and offerors must provide Brand Name or Equal items listed in the specification sheet. The successful contractor must also meet the delivery schedule and submit a completed and signed Indian Firm Representation Form. For more information and to submit quotes, contact Vincent Hansen, Contract Specialist, at Vincent.Hansen@ihs.gov. Questions regarding the solicitation can be submitted in writing by email, fax, or mail, with the last day to submit questions being July 24th, 2024, 12pm, CST. The answers will be posted on SAM.gov on July 26th, 2024. Please note that the contractor must provide only new equipment and parts, and no used, refurbished, or remanufactured items are allowed. The equipment must be accompanied by the Original Equipment Manufacturers (OEM's) warranty. Additionally, the IHS requires all new IT systems (hardware and software) to operate in a pure IPv6 network environment. The offeror's solution must comply with the IPv6 standards profile as defined by the NIST USGv6 Program. Invoices submitted under any award resulting from this solicitation will be required to utilize the Invoice Processing Platform (IPP) in accordance with HHSAR 352.232-71, Electronic Submission and Processing of Payment Requests. Offerors are encouraged to register an account with IPP if they have not already done so. Failure to comply with the requirements may result in exclusion from consideration.
Three (3) Office Cubicles - Design, Installation, and Materials - Ute Mountain Ute Health Center - Towaoc, CO
Active
Health And Human Services, Department Of
Summary: The Department of Health and Human Services, specifically the Indian Health Service, is seeking three office cubicles for the Ute Mountain Ute Health Center in Towaoc, CO. The procurement includes the design, installation, and materials required for the cubicles. The cubicles will be used to furnish the health center's office space. Prospective offerors are invited to submit quotes for this solicitation. The offer period must be good for at least 90 calendar days after the close of the solicitation. Vendors must be registered in the System for Award Management (SAM) and have an active UEI number to be eligible for contract award. The selected offeror must comply with the specified commercial item terms and conditions. Proposals should be submitted via email to Shandiin.DeWolfe@ihs.gov, and the deadline for submission is 5:30 pm MDT on Friday, August 2nd, 2024.
Media Lab Supplies- Standing Order
Active
Health And Human Services, Department Of
The Department of Health and Human Services, National Institutes of Health (NIH), seeks quotes for a firm fixed-price purchase order for media lab supplies. This combined synopsis and solicitation are being conducted through Simplified Acquisition Procedures. The National Institute of Allergy and Infectious Diseases (NIAID) requires specific quantities of various laboratory media and kits for four shipments over the next year. The focus is on biological products, including shipping increments of 100x 50ml plastic squares and different types of transfection kits. Suppliers must register in the NIAID electronic Simplified Acquisition Submission System (eSASS) to submit their offers. The submission deadline is August 5, 2024, at 2:00 PM EST. Offers must be submitted via the eSASS website, which also provides registration and submission instructions. The evaluation process will consider technical capability and price. Award preference will be given to vendors that can meet the specified requirements at the most competitive prices. To clarify terms and conditions, vendors can contact Leah Hinson at leah.hinson@nih.gov. When referencing this opportunity, use Solicitation Number RFQ-NIAID-24-2224841.
Price Field Office Systems Furniture
Active
Interior, Department Of The
Solicitation INTERIOR, DEPARTMENT OF THE BUREAU OF LAND MANAGEMENT is requesting quotes for Price Field Office Systems Furniture. This RFQ is a total small business set aside under the NAICS Code 337214 Office Furniture (except Wood) Manufacturing. The furniture is to be installed at the Price Field Office located in Price, Utah. The submission deadline for questions is Thursday, July 25, 2024, and quotes are due by Monday, August 5, 2024. For further details, please refer to the attached document.
HPC System - Hardware & Software BPA
Active
Dept Of Defense
The Department of Defense, Naval Surface Warfare Center Carderock Division (NSWCCD) seeks to establish a Blanket Purchase Agreement (BPA) for a new high-performance computing (HPC) cluster at its facility in Bethesda, Maryland. This combined synopsis and solicitation for commercial items is a small business set-aside, governed by the FAR Subpart 12.6 and additional DFARS provisions. The NAICS code is 334118, Computer Terminal and Other Computer Peripheral Equipment Manufacturing, with a small business size standard of 1,000 employees. The HPC system must meet specific requirements outlined in the attached solicitation document. Offerors must submit a complete quote package, including representations and certifications, by the deadline on August 8th, 2024, to be considered for this opportunity. The NSWCCD will award the contract to the most advantageous quoter, considering price and other factors on a Lowest Price Technically Acceptable (LPTA) basis. Potential applicants should review the solicitation document for a comprehensive understanding of the requirements and evaluation criteria. For clarification of the solicitation requirements, applicants may contact Brittany Tavassoli by email until 10:00 AM EST on July 31st, 2024.