Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
SOLICITATION NOTICE

99 -- Pest Control Service - Wage Determination - Contractor performance condititions and responsibilites - Clauses - Statement of work

Notice Date
2/11/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
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-16-026
 
Archive Date
3/11/2016
 
Point of Contact
Andrea L. Fields, Phone: 6052267239
 
E-Mail Address
andrea.fields@ihs.gov
(andrea.fields@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statment of work Clauses Contractor performance condititions and responsibilites Wage Determination A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. B. The Great Plains Area Indian Health Service (I.H.S.) intends to award a firm-fixed price, non-personal service purchase order, commercial item, in response to Request for Quote (RFQ) 16-026. C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86 D. The RFQ is issued as a 100% small business and the associated NAICS Code is 561710, which is small business standard $11.0. E. The unit price must be all inclusive (to include but not limited to travel, lodging, per diem, fringe benefits, federal, state and local taxes) plus all other cost pertinent to the performance of this contract. Utilize your most competitive and reasonable rates. 1. Base Year: Date of award for one year $______ per visit @ 12 visits, totaling $________. 2. Bi-Monthly: $________per visits @ 6 visits, totaling $_________. 3. Emergency: $_______per visits @8 visits, totaling $_________. 4. Miscellaneous: $_______per visits @6 visits, totaling $________. 5. Option year One: 12 months $_______per visits @ 12 visits, totaling $________. 6. Bi-Monthly: $________per visits @6 visits, totaling $_________. 7. Emergency: $________per visits @ 8 visits, totaling $_________. 8. Miscellaneous: $________per visits @6 visits, totaling $________. 9. Option year Two: 12 months $________per visits @ 12 visits, totaling $_______. 10. Bi-Monthly: $________per visits @ 6 visits, totaling $_________. 11. Emergency: $________per visits @8 visits, totaling$_________. 12. Miscellaneous: $_______per visits @6 visits, totaling $________. F. To obtain pest and rodent control services for the interior and exteriors at the Rapid City/Sioux San IHS Hospital in Rapid City, SD. G. Services will be provided at Rapid City/Sioux San IHS Hospital in Rapid City, SD. The period of performance will be date of award for one (1) year with two (2) option years. H. FAR 52.212-1 Instructions to Offerors-Commercial Items (October 2015). Quotes shall be submitted on company letterhead stationery, signed and dated. And it shall include the following in order to be considered technically acceptable: 1. Solicitation number RFQ-16-026. 2. Closing date: February 25, 2016 at 11:00 am CST. 3. Name, address, and telephone number of company and email address of contact person. 4. 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. 5. Terms of any express warranty. 6. Price and any discount terms. 7. "Remit to" address, if different than mailing address. 8. A complete 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. 9. Acknowledgment of Solicitation Amendments (if any issued). 10. Resume stating ability to meet qualifications and the requirements of the Statement of Work. 11. 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. In addition, Contractors shall provide the following in order to be considered technically acceptable: • Copy of applicators Certifications Card or Certificate • Proof of Liability Insurance • Material Safety Data Sheet (MSDS) for all chemical to be used showing approved use in commercial or institutional medical facilities I. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (November 2015)- See attachment for full text. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. J. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (May 2015) - See attachment; in by reference K. FAR 52.212-5 - Contract Terms & Condition's Required to Implement Statutes or Executive Orders - Commercial Items (February 2016) - See attachment for full text. L. Attached are the Federal Acquisition Regulations (FAR) and Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable. M. Offers will be accepted electronically, Submit via e-mail to the following: Great Plains Area Indian Health Service Andy Fields, Purchase Agent 115 4th Avenue SE, Room 309, Federal Building Aberdeen, South Dakota 57401 Fax 605-226-7669 e-mail: andrea.fields@ihs.gov Basis for award shall be based on the Lowest Price Technically Acceptable "LPTA" bid package. Any questions please submit by February 18, 2016 by 11 am CST. Contractors will need a DUNS number, TIN number, and be registered with www.SAM.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-16-026/listing.html)
 
Place of Performance
Address: Rapid City PHS IHS, 3200 Canyon Lake Drive, Rapid City, South Dakota, 57702, United States
Zip Code: 57702
 
Record
SN04018137-W 20160213/160211234658-03872c8770e705acba53e33cfa2b23bc (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  © 1994-2020, Loren Data Corp.