Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2024 SAM #8284
SOLICITATION NOTICE

L -- Hydronic Water Treatment - Clinton

Notice Date
7/31/2024 6:41:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
 
ZIP Code
73114
 
Solicitation Number
246-24-Q-0196
 
Response Due
8/8/2024 8:00:00 AM
 
Archive Date
08/23/2024
 
Point of Contact
Ronay Burns
 
E-Mail Address
Ronay.Burns@ihs.gov
(Ronay.Burns@ihs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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-0196.��Submit only written quotes for this RFQ. This solicitation is 100% SET ASIDE for Small Business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04.� The associated NAICS code is 325998. Questions are due by August 5, 2024 at 10:00 am CST. This RFQ contains five (5) Line Item: CLIN� DESCRIPTION� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �QTY� � � � �UNIT� � � � Unit Price� � � � �TOTAL 0001� Base 09/01/2024 � 08/31/2025- monthly Hydronic � � � � � water treatment and monthly testing� � � � � � � � � � � � � � � � � � � 12� � � � � � MO 0002� Option Year 1- 09/01/2025 � 08/31/2026- monthly � � � � � Hydronic water treatment and monthly testing� � � � � � � � � � � �12� � � � � �MO 0003� Option Year 2- 09/01/2026 � 08/31/2027- monthly � � � � �Hydronic water treatment and monthly testing� � � � � � � � � � � �12� � � � � � MO 0004�Option Year 3- 09/01/2027 �08/31/2028- monthly � � � � Hydronic water treatment and monthly testing� � � � � � � � � � � � 12� � � � � � MO 0005�Option Year 4- 09/01/2028 � 08/31/2029- monthly � � � � Hydronic water treatment and monthly testing� � � � � � � � � � � � 12� � � � � � MO PERIOD OF PERFORMANCE: 09/01/2024- 08/31/2029 The estimated value of the Purchase Order is $26,523.00 over 5 years. Vendor Requirements: ��SEE ATTACHED STATEMENT OF WORK Submit Quotes no later than: 08/08/2024 10:00a.m. CDT� to the Following Point of Contact: Mrs. Ronay Burns, Contract Specialist, via Email: ronay.burns@ihs.gov. Evaluation:� FAR 52.212-2 Evaluation -- Commercial Items (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: ����������� PRICING Pricing will be evaluated on the total cost TECHNICAL REQUIREMENTS The contractor shall come on-site to the Clinton Indian Health Center to perform monthly Hydronic water treatment and water testing. The contractor shall provide approved chemicals for all the treatment, associated documentation, and be complaint with all applicable safety, equipment, and building codes and standards. Contract shall provide MSDS sheets for all chemicals used. Contractor Shall provide reports, permits, licenses, and manifest to the project officer each month as required by law. PAST PERFORMANCE Contractor shall submit 3 past history performance references. VENDORS SHALL SUBMIT THE FOLLOWING: COMPLETED PRICING TECHNICAL SPECIFICATIONS PAST HISTORY PERFORMANCE REFERENCES VENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT DESCRIPTITVE LITERATURE SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING SOLICITED 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 (MAR 2023); FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (DEC 2022) (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 Products and Commercial Services (Nov 2023); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Products and Commercial Services (Feb 2024) (to include the following clauses sited): FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023); FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020); FAR 52.204-27. Prohibition on a ByteDance Covered Application (Jun 2023);� FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021); FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2022);� FAR 52.219-28, Post Award Small Business Program Representation (Feb 2024);� FAR 52.222-3, Convict Labor (Jun 2003); �FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016);� FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020); �FAR 52.222-50, Combatting Trafficking in Persons (Nov 2021);� FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving (Jun 2020);� FAR 52.225-13, Restriction on Certain Foreign Purchases (Feb 2021); �FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Oct 2018);� FAR 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014);� FAR 52.252-2, Clause Incorporated by Reference (Feb 1998);� FAR 52.217-8, Option to Extend Services (Nov 1999);� FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000);� FAR 52.224-1, Privacy Act Notification (Apr 1984);� FAR 52.224-2, Privacy Act (Apr 1984);� FAR 52.252-6, Authorized Deviations in Clauses (Nov 2020);� HHSAR 352.204-71, Information and Information Systems Security (Feb 2024);�� HHSAR 352.204-72, Records Management (Feb 2024);� HHSAR 352.204-73, Contractor Personnel Security and Agency Access (Feb 2024);� HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015);� HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015);� HHSAR 352.224-71, Confidential Information (Feb 2024);�� HHSAR 352.232-71, Electronic Submission of Payment Requests;� HHSAR 352.239-79, Information and Communication Technology Accessibility (Feb 2024).� The above Provisions and Clauses may be obtained via internet at https://www.acquisition.gov/ And https://www.acquisition.gov/hhsar Miscellaneous: NO FAX QUOTATIONS ELECTRONIC SUBMISSIONS � SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (ronay.burns@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/3952af677af94541bc99d1d6dc87628d/view)
 
Place of Performance
Address: Clinton, OK 73601, USA
Zip Code: 73601
Country: USA
 
Record
SN07150484-F 20240802/240731230121 (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.