SOLICITATION NOTICE
Z -- PREVENTATIVE MAINTENANCE SERVICES ON THE EMERGENCY GENERATORS, AUTOMATIC TRANSFER SWTICHES, AND UNIVERSAL POWER SYSTEMS - Technical Specifications
- Notice Date
- 9/1/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
- ZIP Code
- 59107
- Solicitation Number
- RFQ-10-09-051-REL
- Archive Date
- 9/30/2009
- Point of Contact
- Rita E Langager, Phone: 406.247.7293
- E-Mail Address
-
rita.langager@ihs.gov
(rita.langager@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Map of the Billings Area Indian Health Service facilities. FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 2009), that must be completed and submitted with the offer. Service Contract Act Wage Determination Number 2005-2317, Revision Number 8, dated 05/26/2009. Technical Specifications 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 procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Part 13, Simplified Acquisitions and FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a fixed-price commercial item contract in response to Request for Quotation (RFQ)-10-09-051-REL. This solicitation is restricted to 100% Small Business concerns. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The associated North American Industry Classification System code is 238210 and the small business size standard is $14.0 million. PRICE SCHEDULE - PREVENTIVE MAINTENANCE SERVICES ON THE EMERGENCY GENERATORS, AUTOMATIC TRANSFER SWTICHES, AND UNIVERSAL POWER SYSTEMS: ONE YEAR @ $____________________. PURPOSE OF THE CONTRACT: The purpose of this contract is to acquire preventive maintenance services on the emergency generators, automatic transfer switches, and universal power systems at the five individual Service Units. STATEMENT OF WORK: The Contractor shall provide all labor, travel costs, supplies and materials to perform preventative maintenance services on the emergency generators, automatic transfer switches, and universal power systems at the Blackfeet Service Unit, PHS Indian Hospital, Browning, Montana; Fort Belknap Service Unit, PHS Indian Health Center, Harlem, Montana; Fort Peck Service Unit, PHS Indian Health Center, Poplar, Montana; Crow Service Unit, PHS Indian Hospital, Crow Agency, Montana; and Northern Cheyenne Service Unit, PHS Indian Health Center, Lame Deer, Montana. The Contractor shall complete the services as outlined in the attached technical specifications. The Service Contract Act Wage Determination Number 2005-2317, Revision Number 8, dated May 26, 2009 is applicable to the services in accordance with Federal Acquisition Regulation (FAR) 52.222-41, Service Contract Act of 1965, as Amended (NOV 2007). PERIOD OF PERFORMANCE: The performance of this contract shall be from October 1, 2009, through September 30, 2010. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PROJECT OFFICER: The project officer for this contract will be Burke Helmer, Staff Engineer, Billings Area Indian Health Service, 2900 Fourth Avenue North, P.O. Box 36600, Billings, Montana 59107. The project officer shall be responsible for: (1) Monitoring the Contractors technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to the Facility Manager at each respective Service Unit. The Contractor agrees to include the following information on each invoice: (1) Contractor's name, address and telephone number; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Dates of Service; and (6) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where federally funded children's services are provided. AWARD DECISION: 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, including price and other price related factors (past performance; scheduling of preventative maintenance and emergency repairs; and qualifications of personnel). The Indian Health Service shall award a contract to the contractor that can provide the services that represents the best value to the Government. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-9, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.223-5, 52.223-6, 52.229-3, 52.232-18, 52.242-15, 52.242-17, 352.202-1, 352.215-1, 352.215-70, 352.223-70, 352.232-9, 352.270-2, 352.270-3, 352.270-6, 352.270-7, 352.270-12, 352.270-13, 352-270-16, and 352.270-19. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.223-9, 52.225-3, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at http://www.arnet.gov and http://www.hhs.gov/oamp/dap/hhsar.html. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall submit a completed copy of FAR 52.212-3 with its offer. Contractors intending to conduct business with the Federal Government must register with the Department of Defense Central Contractor Registration (CCR) database prior to award. The CCR is the primary Government repository, which retains information on Government contractors. You may register via the Internet at http://www.ccr.gov or by calling (888) 227-2423 or (269) 961-5757. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 2:00 p.m., on September 15, 2009. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company name and address. Offers will also be accepted by e-mail at Rita.Langager@ihs.gov or by fax at (406) 247-7108. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 60 days from the date of receipt by the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-10-09-051-REL/listing.html)
- Record
- SN01935536-W 20090903/090902003858-a3288ede241fe765a8f39586b0b95567 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |