Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 06, 2014 FBO #4638
SOLICITATION NOTICE

Z -- PM SERVICES ON EMERGENCY GENERATORS, AUTOMATIC TRANSFER SWITCHES AND UNIVERSAL POWER SYSTEMS - SCA Wage Rates.RFQ-10-14-024-REL - Specifications.RFQ-10-14-024-REL

Notice Date
8/4/2014
 
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-10-14-024-REL
 
Archive Date
9/2/2014
 
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
N/A
 
Description
Click here to access the specifications. Click here to access the SCA wage determination. 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 conducted under Simplified Acquisition procedures pursuant to the authority of Federal Acquisition Regulation (FAR) Subpart 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 253(g) and 253a and 253b); FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)); and FAR 37.101, Non-Personal Services Contract. 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)-10-14-024-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 2005-76. The associated North American Industry Classification System code is 238210 and the small business size standard is $15.0 million. PRICE SCHEDULE - PREVENTIVE MAINTENANCE SERVICES ON THE EMERGENCY GENERATORS, AUTOMATIC TRANSFER SWITCHES, AND UNIVERSAL POWER SYSTEMS: BASE YEAR: 12 MONTHS @ $__________ per month = $_______________. OPTION YEAR ONE: 12 MONTHS @ $__________ per month = $_______________. OPTION YEAR TWO: 12 MONTHS @ $__________ per month = $_______________. OPTION YEAR THREE: 12 MONTHS @ $__________ per month = $_______________. OPTION YEAR FOUR: 12 MONTHS @ $__________ per month = $_______________. GRAND TOTAL: $____________________. PERIOD OF PERFORMANCE: The performance of this contract shall be from October 1, 2014, through September 30, 2015, with four 12-month options. 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 five Indian Health Service facilities in the Billings Area (Montana). STATEMENT OF WORK: The contractor shall provide all labor, travel costs, supplies and materials to perform preventive 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 specifications. The Service Contract Act Wage Determination Number 2005-2317, Revision Number 14, dated July 25, 2014, is applicable to the services in accordance with Federal Acquisition Regulation (FAR) 52.222-41, Service Contract Labor Standards (MAY 2014). CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. CONTRACTING OFFICER'S REPRESENTATIVE (COR): The Contracting Officer's Representative (COR) 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 COR shall be responsible for: (1) Monitoring the contractor's 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. 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 provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (JAN 1999): (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: (1) CERTIFIED TECHNICIANS = 50 POINTS. The Contractor must submit a list of trained and certified technicians in the region; and (2) COMPANY PAST PERFORMANCE = 50 POINTS. The offeror must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts/jobs. Offerors shall provide, at a minimum, three (3) references for their most recently performed contracts in which similar or the same services were performed by the offeror within the last two (2) years from the date of proposal submission. Please list contracts that your firm has held with Government and/or commercial accounts. The offeror shall provide the following information in an attachment: (a) Agency or Customer Name/Address; (b) Contract number (if applicable); (c) Contract Performance Period; (d) Contract description of services (location, and description of services); (e) Type (type and quantity of personnel provided); (f) Dollar Value of contract (g) Point of Contact including name, phone, facsimile, and Internet/E-Mail address. In evaluating past performance the Government may also use information from its own files, information provided by the offeror, or from any other sources it deems appropriate. Offerors will be given the opportunity to clarify information concerning the relevancy of an offeror's past performance information, and any adverse past performance information to which the offeror has not previously had an opportunity to respond. If the offeror has no relative past performance they shall affirmatively state so. NOTE: The Government reserves the right to contact any reference provided by the offeror in evaluating the offeror's past performance. Furthermore, the Government reserves the right to use any information that comes to the attention of the Government in evaluating the offeror. Technical and past performance, when combined, is approximately equal to cost or 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful 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. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-7, 52.204-9, 52.204-13, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-2, 52.223-5, 52.223-6, 52.223-17, 52.225-25, 52.227-14, 52.227-17, 52.228-5, 52.229-3, 52.232-11, 52.232-18, 52.232-39, 52.233-2, 52.237-2, 52.237-3, 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, 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-41, 52.222-42, 52.222-43, 52.222-54, 52.223-18, 52.225-1, 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 https://www.acquisition.gov/ and http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=3524d214210697effd2fd5c77848a806&rgn=div5&view=text&node=48:4.0.1.8.33&idno=48. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall provide evidence of, or submit a written response to, the technical evaluation factors in FAR 52.212-2. In addition, 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 System for Award Management (SAM). SAM replaces the Department of Defense's Central Contractor Registration (CCR) database. SAM is now the primary Government repository, which retains information on Government contractors. You may register via the Internet at www.sam.gov. 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 5:00 p.m. M.D.T., on August 18, 2014. 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-10-14-024-REL/listing.html)
 
Record
SN03448493-W 20140806/140804234644-ac7edf5f8bb8af44deaa2371bc268fca (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.