SOLICITATION NOTICE
J -- Buy Indian Set Aside - Emergency Generator Maintenance, Base + 4 Option years for PIHC
- Notice Date
- 4/26/2024 2:30:10 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811210
—
- Contracting Office
- OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
- ZIP Code
- 73114
- Solicitation Number
- 246-24-Q-0084
- Response Due
- 5/3/2024 2:00:00 PM
- Archive Date
- 05/18/2024
- Point of Contact
- Amber Chavez
- E-Mail Address
-
amber.chavez@ihs.gov
(amber.chavez@ihs.gov)
- Small Business Set-Aside
- BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
- Description
- 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 in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ) # 246-24-Q-0084.��Submit only written quotes for this RFQ. This solicitation is 100% BUY INDIAN SET ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03.� The associated NAICS code is 811210. This RFQ contains five (5) Line Items for a Base plus four option years: CLIN: 0001 07/13/2024 � 07/12/2025 � Base Year � The contractor shall provide service and preventative maintenance for the Generac 250KW Diesel Fueled Generator (Model SD250) (Serial # 3012900700) emergency generator as outlined in the attached Statement of Work. 0002 07/13/2025 � 07/12/2026 � Option Year 1 - The contractor shall provide service and preventative maintenance for the Generac 250KW Diesel Fueled Generator (Model SD250) (Serial # 3012900700) emergency generator as outlined in the attached Statement of Work . 0003 07/13/2026 � 07/12/2027 � Option Year 2� The contractor shall provide service and preventative maintenance for the Generac 250KW Diesel Fueled Generator (Model SD250) (Serial # 3012900700) emergency generator as outlined in the attached Statement of Work. 0004 07/13/2027 � 07/12/2028 � Option Year 3� The contractor shall provide service and preventative maintenance for the Generac 250KW Diesel Fueled Generator (Model SD250) (Serial # 3012900700) emergency generator as outlined in the attached Statement of Work. 0005 07/13/2028 � 07/12/2029 � Option Year 4� The contractor shall provide service and preventative maintenance for the Generac 250KW Diesel Fueled Generator (Model SD250) (Serial # 3012900700) emergency generator as outlined in the attached Statement of Work. PERIOD OF PERFORMANCE: Base Year:������� ������07/13/2024 � 07/12/2025 Option Year One:��� 07/13/2025 � 07/12/2026 Option Year Two:��� 07/13/2026 � 07/12/2027 Option Year Three: 07/13/2027 � 07/12/2028 Option Year Four:�� 07/13/2028 � 07/12/2029 Vendor Technical Requirements: �The contractor shall provide preventative maintenance inspections along with full maintenance and repair support service in accordance with manufacturer requirements, specifications, guidelines, checklists, revisions and addendum modifications for the existing Generac 250KW Diesel Fueled Generator (Model SD250; Serial # 3012900700) emergency generator (1). Support and Maintenance shall be inclusive of, but not limited to: Monthly Level 1 preventative maintenance (PM) which will include automatic transfer switch test and building load test. Legible copy of report shall be provided to the facility manager. Annual 2-hour load bank test at a date and time agreed upon by facility and contractor. Legible copy of the report shall be provided to the facility manager. 4-hour load test every third year*. (Please include in the pre-priced years if applies) Change oil and oil filter during the first PM of each contract year. Perform oil analysis by sending sample to outside laboratory and providing legible copy of results to the facility manager. Perform coolant maintenance as necessary to include testing for freeze point and inhibitor levels, conditioner shall be added as needed. Preventative maintenance shall be scheduled with the facility manager and shall occur Monday � Friday at 5:00 PM, so as not to disrupt patient care. There shall be no additional or overtime charges incurred. Repair services shall include weekdays. Monday � Friday 8 AM � 5:00 PM, with an onsite response time of no more than 24 hours from time of request. Submit Quotes no later than: 04/08/2024 04:00p.m. CDT� to the Following Point of Contact: �via Email: amber.chavez@ihs.gov. Evaluation:� FAR 52.212-2 Evaluation -- Commercial Items (NOV 2021) (completed as follows): (a) The Government will award a firm fixed price 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: Lowest Price Technically Acceptable To be considered technically acceptable, items must meet the following: The contractor shall perform a monthly PM, automatic transfer switch test, and building load test. The contractor shall perform an oil filter and oil change during the first PM (preventive maintenance). An oil analysis will be done at the time of the oil change. Analysis to be performed by an outside laboratory and results sent to the Facility Manager of the Pawnee Indian Health Center. Coolant maintenance will be conducted as necessary and will include testing for freeze point and inhibitor levels. Conditioners added as needed. Results of the PM will be sent to the Facility Manager upon completion of the monthly PM. The contractor shall coordinate with the Facilities Manager the monthly PM, automatic transfer switch test, and load testing of the emergency generator as close to the 15th of each month or as agreed upon with the vendor. Maintenance shall occur weekdays, Monday � Friday at 5:00 PM or upon completion of the last patient visit so as to not disrupt patient care. The contractor shall, on the first month of service, perform a fuel filter change and conduct fuel testing and analysis (done by outside laboratory). The results will be sent to the Facilities Manager. Training: Contractor shall, provide training on emergency shut-down of the generator for maintenance staff. (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). This solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below.� Terms and conditions other than those stated will not be accepted.� The above pricing is all inclusive.� PROVISIONS:� The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offeror- Commercial Items (SEP 2023); FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (FEB 2024) (the offeror should include a completed copy of this provision with their quote). CLAUSES:� The following FAR clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Items (NOV 2023); FAR 52.212-5 (FEB 2024), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): �FAR 52.203-6 Restrictions on Subcontractor Sales to the Government;� 52.203-13, Contractor Code of Business Ethics and Conduct; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-8; FAR 52.219-13,; FAR 52.219-28,; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving;� FAR 52.225-1, Buy American Act--Supplies;� FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.222-41,FAR 52.222-43 Fair Labor Standards Act and Service Contract Act � Price Adjustment.��The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. Miscellaneous: NO FAX QUOTATIONS ELECTRONIC SUBMISSIONS � SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (amber.chavez@ihs.gov)� All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award.� Please submit the following information with each quote: Vendor Name, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability.� Failure to provide sufficient technical detail may result in rejection of your quote.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9c0efc2dbe93434c8aadb2bc5ab77e73/view)
- Place of Performance
- Address: Pawnee, OK 74058, USA
- Zip Code: 74058
- Country: USA
- Zip Code: 74058
- Record
- SN07044108-F 20240428/240426230044 (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 |