Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2018 FBO #6132
SOLICITATION NOTICE

H -- Annual/Semi-Annual Services, Inspection, and Testing of the Emergency Power Supply System - Package #1

Notice Date
9/5/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
 
ZIP Code
57401
 
Solicitation Number
RFQ-18-173
 
Archive Date
10/4/2018
 
Point of Contact
Wenda L Wright, Phone: 6052267724
 
E-Mail Address
wenda.wright@ihs.gov
(wenda.wright@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
18-173-4 18-173-3 18-173-2 18-173-1 RFQ-18-173 A. 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 announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. B. The Great Plains Area Indian Health Service (IHS) intends to award a Firm-Fixed Price, Non-Personal Service Type, Commercial Item, Multiple Award Purchase Order in response to Request for Quote (RFQ) RFQ-18-173. C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. D. This RFQ is issued as 100% Small Business and the associated NAICS Code is 811310, which has a small business standard of $7.5. E. The unit pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state and local taxes) plus all other costs pertinent to the performance of this contract. Utilize your most competitive and reasonable rates. See attached Price Schedules North Locations: 1. Base Year: Date of Award thru December 31, 2018: Totaling $___________. 2. Option Year 1: January 1, 2019 thru December 31, 2019: Totaling $___________. 3. Option Year 2: January 1, 2020 thru December 31, 2020: Totaling $___________. 4. Option Year 3: January 1, 2021 thru December 31, 2021: Totaling $___________. South Locations: 5. Base Year: Date of Award thru December 31/2018: Totaling $___________. 6. Option Year 1: January 1, 2019 thru December 31, 2019: Totaling $___________. 7. Option Year 2: January 1, 2020 thru December 31, 2020: Totaling $___________. 8. Option Year 3: January 1, 2021 thru December 31, 2021: Totaling $___________. F. To provide Annual and Semi-Annual Services, Inspection, and Testing of the Emergency Power Supply System (EPSS) for 14 Healthcare facilities located throughout the Great Plains Area Indian Health Service in North Dakota and South Dakota. G. Services will be provided at six (6) North Locations - Belcourt, ND; Eagle Butte, SD; Ft. Yates, ND; McLaughlin, SD; Sisseton, SD; and the Youth Regional Treatment Center, Mobridge, SD; and, eight (8) South Locations - Ft. Thompson, SD; Kyle, SD; Lower Brule, SD; Pine Ridge, SD; Rapid City, SD; Rosebud, SD; Wagner, SD; and Wanblee, SD. The period of performance will be Date of Award thru December 31, 2018 with three (3) option years. H. FAR 52.212-1 Instructions to Offerors-Commercial Items (January 2017). Quotes shall be submitted on company letterhead stationery, signed, dated and it shall include: 1. Solicitation number RFQ-18-173. 2. Closing Date: September 19, 2018 at 12:00 pm CST 3. Name, address and telephone number of company and email address of contact person. 4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. This may include product literature, or other documents, if necessary. 5. Terms of any express warranty 6. Price and any discount terms 7. "Remit to" address, if different than mailing address. 8. A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically). 9. Acknowledgment of Solicitation Amendments (if any issued) 10. Statement of ability to meet qualifications and the requirements of the Statement of Work 11. Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information) 12. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. In addition, Contractors shall provide the following: • Name and phone number of three (3) current professional references • Shall meet the Qualifications Criteria of the Statement of Work. • Copy of Specialty Certificates (if applicable) • Complete Indian Firm Representation Form I. FAR 52.212-2 Evaluation - Commercial Items (October 2014). (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: Inspection and Testing Schedule Vender Competency Verification Past Performance 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. (End of provision) Basis of award is Lowest Price, Technically Acceptable "LPTA" bid package. All of the above is required in order to be considered technically acceptable (See Instructions to Offerors). J. FAR 52.212-3 Offer Representations and Certifications-Commercial Items (November 2017) See attachment for full text. The Offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. K. FAR 52.212-4 Contract Terms and Conditions-Commercial Item (January 2017) - See attachment; in by reference. L FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (July 2018) - See attachment for full text. M. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including below. N. Offers will be accepted electronically, Submit via e-mail to the following: Great Plains Area Indian Health Service Attn: Wenda Wright, Contract Specialist 115 4th Ave. SE, Room 309 Aberdeen, SD 57401 Or fax to 605-226-7669 or email wenda.wright@ihs.gov Questions in regards to this solicitation shall be submitted in writing by either email, fax or mail no later than September 12, 12:00pm CST. Contractors will need a DUNS number, TIN number, and be registered with www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-18-173/listing.html)
 
Place of Performance
Address: Great Plains Area Office, 115 4th Ave SE, Aberdeen, South Dakota, 57401, United States
Zip Code: 57401
 
Record
SN05072717-W 20180907/180905230944-64db810fd3a048ab49dc28abd9482a3c (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.