Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2011 FBO #3680
SOLICITATION NOTICE

H -- Inspection and Testing Services for the Fire Sprinkler Systems at Rosebud IHS Hospital - RFQ-RB-12-038 - CLAUSES - CLAUSES

Notice Date
12/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
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-RB-12-038
 
Archive Date
1/14/2012
 
Point of Contact
Deana Long, Phone: 605-226-7240, Craig J. Wells, Phone: 6052267333
 
E-Mail Address
deana.long@ihs.gov, craig.wells@ihs.gov
(deana.long@ihs.gov, craig.wells@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
FAR 52.212-3 FAR 52.212-5 RFQ-RB-12-038 Package 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 soliciation; proposals are being requested and a written solicitation will not be issued. The Aberdeen Area Indian Health Service (IHS) intends to award a firm fixed price, non-personal service, requirements type contract in response to Request for Quote (RFQ) RB-12-038, for inspection and testing services for the fire sprinkler system at the Rosebud IHS Hospital, Rosebud, SD. This is for a base year plus four (4) one-year option years. The Base Year Period of Performance is January 9, 2012 through January 8, 2013. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. This solicitation is issued as full and open competition. The associated North American Industry Classification System Code is 238220. PURPOSE OF CONTRACT: See attached Statement of Work. The location is Rosebud IHS Hospital, 400 Soldier Creek Road, Rosebud, SD. PRICE SCHEDULE: Inspection and testing services for the fire sprinkler systems - the quoted unit pricing must be an all inclusive cost (to include but not be limited to transportation, food, lodging, per diem, and fringe benefits). The contractor is responsible for all associated costs for this project. 1. Complete the attached Price Schedule The "Unit Price" is an all inclusive cost. All "inclusive cost" is defined to include travel, lodging, per diem, fringe benefits, i.e. life insurance, social security, federal, state, and local taxes, plus all other costs pertinent to the performance of this contract. Attached are the Federal Acquisition Regulations (FAR) and the Health and Human Services Acquisition Regulation (HHSAR) clauses that are applicable including the following: FAR 52.212-1 - Instructions to Offerors - Commercial Items (June 2008): Quotes shall be submitted on company letterhead stationery, signed and dated; it shall include: 1. Solicitation number; 2. Closing date of December 30, 2011 at 1:00pm CST; 3. Name, address, telephone number of the offeror and email address of the contact person; 4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; 5. Terms of any express warranty; 6. Price and any discount; 7. "Remit to" address, if different than mailing address; 8. A completed copy of the representations and certifications at FAR 52.212-3; 9. Acknowledgement of Solicitation Amendments (if any); 10. 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. FAR 52.212-2 - Evaluation - Commercial Items (January 1999) - (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: Price Best Value (Ability to meet the specifications in the Statement of work; Ability to meet the delivery schedule; Responsiveness to requirement) Technical and past performance, when combined, are significantly more important than cost or 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). FAR 52.212-3 - Offeror Representations and Certification - Commercial Items (May 2011) - See attachment for full text and instructions for completion. FAR 52.212-4 - Contract Terms and conditions - Commercial Items (June 2010) - See attachment; in by reference. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes on Executive Orders - Commercial Items (November 2011) - See attachment for full text. SECURITY CLEARANCE: Performance of this contract will require routine access by employees of the Contractor or its subcontractors to facilities or systems controlled by the Indian Health Service (I.H.S.). Before starting work requiring routine access to I.H.S. facilities or systems each person must complete a FBI National Criminal History Check (Fingerprint Check) adjudicated by an I.H.S. employee using the Office of Personnel Management Personnel Investigations Processing System. Contractors shall allow five business days for I.H.S. processing of fingerprints taken electronically at an I.H.S. site and thirty business days for non-electronic processing of fingerprints using FBI Form FD-258. A list of I.H.S. sites with electronic fingerprint capability is available from the Contracting Officer. In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if listed on the HHS Office of Inspector General List of Excluded Individuals/Entities (LEIE), http://exclusions.oig.hhs.gov. As soon as practicable prior to the start of work, the performance of the work the Contractor shall provide to the Contracting Officer the names of all individuals to be used in performance of work for screening against the LEIE. During the performance, the Contractor shall provide the Contracting Officer the names of any additional or substitute employees for screening before they begin work. The Contractor is responsible for conducting security preclearance investigations in sufficient depth to ensure that each Contractor or subcontractor employee referred to I.H.S. is not on the LEIE and can obtain a favorable fingerprint clearance. Each security preclearance shall be conducted sufficiently in advance of the start of performance to avoid delays caused by denial of access. If this is a Time and Materials, Labor-Hour or Cost Reimbursement contract, the contractor shall not charge for or be reimbursed for labor hours or other costs incurred for employees who are unable to perform due to denial or access or the excess time required to resolve and clear unfavorable security clearance findings. If this is a Fixed Price contract, denial of access due to security clearance findings shall not be a basis for excusable delay or an increase to the contract amount. Government will pay for the cost to process the contractor's suitability clearances. However, multiple investigations for the same position may, at the Contracting Officer's discretion, lead to reduction(s) in the contract price of no more than the cost of the extra investigation(s). Submit proposal to the following: Aberdeen Area Indian Health Service Deana Long, Contract specialist 115 4th Avenue SE, Room 309 Federal Building Aberdeen, South Dakota 57401 OR you may email to deana.long@ihs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-RB-12-038/listing.html)
 
Place of Performance
Address: 400 Soldier Creek Road, Rosebud, South Dakota, 57570, United States
Zip Code: 57570
 
Record
SN02642452-W 20111222/111220234315-d4996e94154c6ec99b7f55f1dcf81bd4 (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.