Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2010 FBO #3314
SOLICITATION NOTICE

S -- Solid Waste Management Collection - Package #1

Notice Date
12/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Northern Navajo Medical Center, PO Box 160, US Highway 491 North, Shiprock, New Mexico, 87420-0160
 
ZIP Code
87420-0160
 
Solicitation Number
NNMC-11-BB-0004
 
Archive Date
12/23/2010
 
Point of Contact
Bernina Blackwater, Phone: 505 368 7031
 
E-Mail Address
bernina.blackwater@ihs.gov
(bernina.blackwater@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Station Collection Table -Base to Option Year Four NNMC Payroll calender 2011 Service Contract Act - New Mexico Service Contract Act - Arizona Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. Provide all supervision, personnel, equipment, transportation, material, and other items and services necessary to perform Integrated Solid Waste Management services at Four Corners Regional Health Center, Dzilth-Na-O-Dith-Hle Health Center and Northern Navajo Medical Center for the PERIOD in accordance with the Statement of Work (SOW) dated. The solicitation number for this procurement is NNMC-11-BB-0004 and is a Request for Quotation (RFQ). SETASIDE : Buy Indian Act (48 C.F.R. Subpart 370.5-Acquisitions Under the Buy Indian Act Title 48 - Federal Acquisition Regulations System), In accordance with the FAR Subpart 19.201 (a), HHS provides "maximum practicable opportunities in its acquisitions to small business, veteran-owned small business (VOSB), service-disabled veteran-owned small business (SDVOSB), HUBZone small business, small disadvantaged business, and women-owned small business concerns." The North American Industry Classification System (NAICS) is 562111, Solid Waste Collection. The Offeror must quote on an all or none basis. The Government anticipates award of a Firm Fixed Price contract. The Government intends to evaluate proposals based on service compliance with solicitation requirements, technical capabilities, prior performance, quality of the product and service, and cost. The Government intends to award one contract as a result of this solicitation. An award will made based on the requirements and evaluation factors. It is the firm's or individuals' responsibility to be familiar with applicable provisions and clauses. U.S. Government Holidays: Jan 17 - Martin Luther King Day Feb 21 - Presidents Day May 30 - Memorial Day Jul 04 - Independence Day Sep 05 - Labor Day Oct 10 - Columbus Day Nov 11 - Veterans Day Nov 24 - Thanksgiving Day Dec 26 - Christmas Day The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition (the full text of a clause may be accessed electronically at this address: FAR: https://www.acquistion.gov): The following Provisions and Clauses apply to this solicitation and are incorporated by full text: 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. 52.202-1 Definitions (Jul 2004) 52.203-3 Gratuities (Apr 1984) 52.203-5 Covenant Against Contingent Fees (Apr 1984) 52.203-7 Anti-Kickback Procedures (Jul 1995) 52.204-3 Taxpayer Identification (Oct 1998) 52.204-7 Central Contractor Registration (Apr 2008) 52.222-3 Convict Labor (Jun 2003) 52.223-6 Drug-Free Workplace (May 2001) 52.229-3 Federal, State, and Local Taxes (Apr 2003) 52.232-1 Payments (Apr 1984) 52.232-8 Discounts for Prompt Payment (Feb 2002) 52.232-18 Availability of Funds (Apr 1984) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. (Oct 2003) 52-233-1 Disputes (Jul 2002) 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 Termination for Default (Fixed-Price Supply and Service) (Apr 1984) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Sept 2007) (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 insert this clause in all subcontracts when the subcontractor is required to have routine physical access to a Federally controlled facility and/or routine access to a Federally-controlled information system. FAR 52.204-7 Central Contractor Registration Offeror are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.gov). Offeror must be registered prior to receiving an award for this acquisition or for any future awards. Bidders must ensure their Central Contacting Registration (CCR) are updated, correct, and have not expired. The contractor must also have applicable expertise in government acquisition and program management disciplines. This expertise is essential to ensure that cost, schedule, performance, and risk associated with the procurement are effectively applied in support of the IHS mission. GENERAL INSTRUCTIONS The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements but rather shall provide convincing rationale to address how the offeror intends to meet these requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience and will base its evaluation on the information presented in the offeror's proposal. Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show-- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include company literature, or other documents, if necessary; (5) Company Tax Information Number and DUNS Number. (6) Price, availability 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(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) 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); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (12) Offer of proposal specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (13) Provide a cost/price breakdown with your Quote (use breakdown sheets "Station Collection Table" sheet for 60 Months-to include BASE YEAR, option year ONE, option year TWO, option year THREE, and option year FOUR). Request for Quotation will be submitted to Bernina Blackwater, Contract Specialist in the acquisitions department at Northern Navajo Medical Center, US HWY 491 North, Shiprock, NM, 87420 or via email to bernina.blackwater@ihs.gov. Bernina Blackwater at telephone number (505) 368-7031 can be contacted for information regarding the solicitation. Final proposals are due NO LATER THAN 22 December 2010 (Wednesday) by 12:00PM (noon) Mountain Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/GPO16835/NNMC-11-BB-0004/listing.html)
 
Place of Performance
Address: Northern Navajo Medical Center, US HWY 491 North, Shiprock, NM 87420, Four Corners Regional Health Center, US Hwy 160 & Navajo Route 35, Red Mesa, AZ 87, Dzilth-Na-O-Dith-Hle Health Center, 6 Road 7586, Bloomfield, NM, Shiprock, New Mexico, 87420, United States
Zip Code: 87420
 
Record
SN02347092-W 20101221/101219233020-2fdc8b75c4f5885a6dbaf8ac9f868797 (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.