SOLICITATION NOTICE
R -- SRSU - NONPSC: Pharmaceutical Hazardous/Non Hazardous Waste Service, Non-Pharmaceutical Hazardous Waste Service & Controlled Substance Waste Services - Attachments
- Notice Date
- 11/19/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562112
— Hazardous Waste Collection
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Navajo Area Office, PO Box 9020, Window Rock, Arizona, 86515
- ZIP Code
- 86515
- Solicitation Number
- RFQ18-3001
- Archive Date
- 12/12/2017
- Point of Contact
- Marlene Tsosie, Phone: 5053687031
- E-Mail Address
-
marlene.tsosie3@ihs.gov
(marlene.tsosie3@ihs.gov)
- Small Business Set-Aside
- Partial Small Business
- Description
- New Mexico - Wage Determination Arizona - Wage Determination Price Schedule Product Specification and Salient Characteristic Performance Work Statement (PWS) Tis is a combined synopsis/solicitation for commercial items 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. The Navajo Area Indian Health Services, Shiprock Service Unit (SRSU) is requesting for submittal of offers for a contractor to provide Non-Personal Service Contract for Pharmaceutical Hazardous/Non Hazardous Waste Service, Non-Pharmaceutical Hazardous Waste Service and Controlled Substance Waste Services in accordance with the attached Performance Work Statement (PWS) directly related to this services. The solicitation for this acquisition is RFQ18-3001. The solicitation is issued as a Request for Quotation (RFQ) using FAR Part 12 Commercial Items and FAR Part 13 Simplified Acquisition Procedures. This solicitation document and its incorporated provisions are those in effect through the Federal Acquisition Circular (FAC) 2005-95, effective January 19, 2017. EVALUATION FACTORS: The Government reserves the right to issue a single award or multiple awards to the contractor(s) whose quote represents best value as defined by FAR 2.101. In determining best value, the Government reserves the right to select the most advantageous offer to the Government. The evaluation factors and significant subfactors when combined are significantly more important cost or price. The socio-economic status of an offeror may also be considered, should one or more quotes represent the best value. Offers for Equipment and Supplies shall be accepted for a "Brand Name or Equal" LINE ITEMS: 1. Pharmaceutical Hazardous Waste Service (Service/Supplies) 2. Non Hazardous Waste Service (Service/Supplies) 3. Non-Pharmaceutical Hazardous Waste Service (Service/Supplies) 4. Controlled Substance Waste Services(Service/Equipment & Supplies) *** See Price Schedule for more information *** The following evaluation factors shall be considered: Factor 1: Service to meet the requirements in the Performance Work Statement (PWS) Factor 2: Technical Capabilities: Provide evidence that offered product meets the Technical Capabilities/Specification of attach Salient Characteristics for Product. Subfactor: Special features of the supply required for effective program performance. Subfactor: Probable life of the item selected as compared with that of a comparable item Subfactor: Maintenance Availability Subfactor: Installation Factor 2: Delivery Terms: Subfactor: FOB Destination (Equipment/Supplies) Factor 3: Warranty Considerations: Provide warranty for Equipment/Supplies information. Factor 4: Past Performance: Provide evidence of providing Service/Equipment/Supplies to Federal Government or other large commercial/government entities within the past three years of operation. To be considered for award, your offer shall include the following documents/information: 1. Price Schedule. The Government will consider competitive rates upon negotiation. 2. Technical Capabilities 3. Delivery Terms 4. Warranty 5. Past Performance PROPOSAL SUBMISSION INSTRUCTIONS: All responsible offerors may submit a proposal via email to Marlene Tsosie, Purchasing Agent, (505) 368-7031, marlene.tsosie3@ihs.gov no later than 3:00 p.m., MDT on November 27, 2017. OTHER COMMUNICATIONS - Regarding this Solicitation Questions or comments regarding this solicitation must be submitted in writing, cite the solicitation number, and be directed to the following Government representative: Name: Marlene Tsosie, Purchasing Agent, Email: marlene.tsosie3@ihs.gov. Oral questions will not be answered due to the possibility of misunderstanding or misinterpretation. Questions or comments should be submitted two calendar days prior to the closing date for receipt of proposals to allow for analysis and dissemination of responses in advance of the due date for proposals. Late questions or comments are not guaranteed a response prior to the proposal due date. ---------- PROVISIONS & CLAUSES ---------- FAR 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24 and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall account for all forms of Government-provided identification issued to the Contractor employees in connection with performance under this contract. The Contractor shall return such identification to the issuing agency at the earliest of any of the following, unless otherwise determined by the Government: (1) When no longer needed for contract performance. (2) Upon completion of the Contractor employee's employment. (3) Upon contract completion or termination. (c) The Contracting Officer may delay final payment under a contract if the Contractor fails to comply with these requirements. (d) The Contractor shall insert the substance of this clause, including this paragraph (d), in all subcontracts when the subcontractor's employees are required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. It shall be the responsibility of the prime Contractor to return such identification to the issuing agency in accordance with the terms set forth in paragraph (b) of this section, unless otherwise approved in writing by the Contracting Officer. FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address: http://www.acquisition.gov. 52.202-1 Definitions (Nov 2013) 52.204-7 System for Award Management (Oct 2016) 52.212-4 Contract Terms and Conditions - Commercial Items (May 2017) 52.222-3 Convict Labor (June 2003) 52.222-26 Equal Opportunity (Sept 2016) 52.222-35 Equal Opportunity for Veterans (Oct 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-41 Service Contract Labor Standards (May 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) 52.223-6 Drug-Free Workplace (May 2001) 52.224-1 Privacy Act Notification (Apr 1984) 52.224-2 Privacy Act (Apr 1984) 52.229-3 Federal, State, and Local Taxes (Feb 2013) 52.229-4 Federal, State, and Local Taxes (State and Local Adjustments) (Feb 2013) 52.232-1 Payments (Apr 1984) 52.232-8 Discounts for Prompt Payment (Feb 2002) 52.232-17 Interest (May 2014) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1 Disputes (May 2014) 52.233-3 Protest after Award (Aug 1996) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.237-3 Continuity of Services (Jan 1991) 52.243-1 Changes - Fixed Price (Aug 1987) 52.246-4 Inspection of Services - Fixed Price (Aug 1996) 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) (Apr 1984) 52.249-4 Termination for Convenience of the Government (Services) (Short Form) (APR 1984) 52.249-8 Default (Fixed-Price Supply and Services) (Apr 1984)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Navajo/RFQ18-3001/listing.html)
- Place of Performance
- Address: Navajo Area Indian Health Services, Shiprock Service Unit (SRSU), Shiprock, New Mexico, 87420, United States
- Zip Code: 87420
- Zip Code: 87420
- Record
- SN04744519-W 20171121/171119230056-21b8a9e517641d374f380be9d034c6ec (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 |