Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2020 SAM #6678
SOLICITATION NOTICE

S -- Laundry Services

Notice Date
3/10/2020 3:00:05 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
 
ZIP Code
57401
 
Solicitation Number
RFQ-20-057
 
Response Due
3/13/2020 10:00:00 AM
 
Archive Date
03/28/2020
 
Point of Contact
Wenda Wright, Phone: 6052267724, Fax: 6052267669
 
E-Mail Address
wenda.wright@ihs.gov
(wenda.wright@ihs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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, 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; 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, Purchase Order in response to Request for Quote (RFQ) RFQ-20-057 C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04. D. This RFQ is issued as 100% Small Business and the associated NAICS Code is 812320, which has a small business standard of $6.0. E. The quoted 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. Complete the attached Price Schedule for: Base Year:� April 1, 2020 thru March 31, 2021:� totaling $____________. Option Year 1:� April 1, 2021 thru March 31, 2022:� totaling $____________. Option Year 2:� April 1, 2022 thru March 31, 2023:� totaling $____________. Option Year 3:� April 1, 2023 thru March 31, 2024:� totaling $____________. Option Year 4:� April 1, 2024 thru March 31, 2025:� totaling $____________.��������������������������������� F. To obtain Laundry Services.��������������������������������������������������������������������������������������������������������� G. Services will be provided at the Wagner IHS Healthcare Center, 110 Washington St. Wagner, South Dakota, 57380.� The period of performance will be April 1, 2020 thru March 31, 2025, Base plus Four Option Years. H. FAR 52.212-1 Instructions to Offerors-Commercial Items (October 2018). � ��������������� Quotes shall be submitted on company letterhead stationery, signed, dated and it shall include: � Solicitation number RFQ-20-057. Closing Date: March 13 at 12:00 pm CST. Name, address and telephone number of company and email address of contact person. 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. Terms of any express warranty. Price and any discount terms. �Remit to� address, if different than mailing address. 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). Acknowledgment of Solicitation Amendments (if any issued) 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). 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. I. Basis of award is Lowest Price, Technically Acceptable �LPTA� offer. The Government will not use the formal source selection procedures described in FAR part 15. The Government will evaluate quotations utilizing the procedures of FAR 13.106-2 Evaluation of quotations or offers. Offers will be evaluated for acceptability, but not ranked using the non-price factors/sub-factors. All non-price factors and sub-factors will be rated as either �acceptable� or �unacceptable�. The Government intends to evaluate and make award without discussion with the offerors other than minor clarifications, unless discussions are determined to be necessary. A decision on the technical acceptability of each offeror�s quotations will be made. For those offeror�s which are determined to be technically acceptable, award will be made to that vendor with the lowest overall price. (a) The LPTA evaluation process will be accomplished as follows - Technical Acceptability will be comprised of three subfactors: 1.) Meeting all areas under the �Statment of Work�; 2.) Past Performance; and, 3.) Price. Each offeror�s technical quotations will be evaluated to determine if the offeror provides a sound, compliant approach that meets the requirements of the Scope of Work. In addition, Contractors shall provide the following in order to be considered technically acceptable: Copy of applicators Certification Card or Certificate. Proof of Liability Insurance. Safety Data Sheet (SDS) for all chemicals to be used showing approved use in commercial or institutional medical facilities. Past Performance: The offeror shall provide a list of contracts under which they have performed same or similar services to this RFQ requirement within the last three (3) years. The Government shall assess the offeror�s ability to perform the effort described in the Request for Quote (RFQ). The assessment process will result in an overall technical rating of Acceptable/Non Acceptable or Neutral/Unknown. Offerors with no relevant past or present performance history shall receive the rating �neutral or unknown�, meaning the rating is treated neither favorably nor unfavorably. Price:� The Pricing Schedule must be completed for all line items and all option years and will be evaluated as to completeness and reasonableness. The offeror with the lowest Total Estimated Schedule Price represents the best value for the Government. � (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. J. FAR 52.212-3 Offer Representations and Certifications-Commercial Items (December 2019) 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 (October 2018) � See attachment; in by reference. � L. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (January 2020) - 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 � Any questions, please submit by March 12 by 12:00 pm CST. � Contractors will need a DUNS number, TIN number, and be registered with www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2761691815ac4714b493c3cc14ec7447/view)
 
Place of Performance
Address: Wagner, SD 57380, USA
Zip Code: 57380
Country: USA
 
Record
SN05584352-F 20200312/200310230154 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.