Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2016 FBO #5366
SOLICITATION NOTICE

H -- One-Time Service, Inspection, and 4-Hour/Load Bank Test of Emergency Power Supply Systems - RFQ

Notice Date
7/31/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
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-16-079
 
Archive Date
9/6/2016
 
Point of Contact
Connie R Valandra, Phone: 605-226-7567
 
E-Mail Address
connie.valandra@ihs.gov
(connie.valandra@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachments Wage Determinations SOW, Price Schedule, Provisions, and Clauses This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR (Federal Acquisition Regulations) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is Request for Quote-16-079. The solicitation document incorporated provisions and clauses are those in effect through FAC (Federal Acquisition Circular) 2005-89. This is a Total Small Business Set-aside solicitation. NAICS code is 541380 - Testing Laboratories, Small Business Size Standard is $15.0 Million. The unit pricing must be all inclusive to include but not be limited to: travel, lodging, per diem, fringe benefits, federal, state, and local taxes (contact the local Tribal TERO Office to see if taxes are applicable), plus all other costs pertinent to the performance of this contract. Utilize your most competitive and reasonable rates. Contract Line Items: Refer to attached Quote Schedule for line items 1-14. Total $_________ The Great Plains Area Office is soliciting quotes for a Firm Fixed-Price, One-Time Service, Inspection, and 4-Hour/Load Bank Test of Service Unit Emergency Power Supply Systems (Generator Sets) for 14-Health Care Facilities located throughout the Great Plains Area Indian Health Service in North Dakota and South Dakota. The period of performance will be November 1, 2016 through November 30, 2016. INSTRUCTION TO QUOTERS: Quote must contain the following documents in order to be considered responsive and eligible for an award: Complete the attached FAR and HHSAR (Health and Human Services Acquisition Regulations) provisions and clauses applicable to this acquisition, including: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2015). This must be submitted by the Quoter. See attachment for full text. See Section L for Past Performance Questionnaire Form. At least 1 and no more than 3 questionnaire forms should be completed for past performance evaluation purposes. FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014). 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. Award shall be made to the Lowest Price, Technically Acceptable Offer. The following factors shall be used to evaluate offers: Inspection and Testing Schedule Vendor Competency Verification Past Performance Price Award will be made on an "all-or-none" basis to the lowest responsive and responsible quoter. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Jul 2016). This must be completed by the Offeror. See attachment for full text. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (May 2015) (Incorporated by Reference; and FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2016). The full text of a clause may be accessed electronically at: https://www.acquisition.gov/?q=browsefar Quotes are due on August 22, 2016 @ 10:00am CDT/CST. Submit quotes to: Great Plains Area Indian Health Service Attn: Connie Valandra, Contract Specialist Federal Building, Room 309 115 4th Avenue Southeast Aberdeen, South Dakota 57401-4360 Telephone: 605/226-7567 Facsimile: 605/226-7669 E-mail: connie.valandra@ihs.gov Note to the Proposed Contractor: OIG Exclusion List No contract award shall be made to a vendor or provider listed on the OIG Exclusion List (http://exclusions.oig.hhs.gov) throughout the duration of the contract. Should a candidate be found with a non-favorable security clearance it shall be the contractor's responsibility to replace the candidate working under the contract/purchase order with a suitable candidate. It shall be the responsibility of the contractor to notify the Acquisition Office is there is a change in provider. In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if listed on the LEIE (HHS Office of Inspector General List of Excluded Individuals/Entities), http://exclusions.oig.hhs.gov. As soon as practicable prior to 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 IHS 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. The 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 a reduction(s) in the contract price of no more than the cost of the investigation(s). Awardee will be required to submit a Certificate of Liability Insurance within 5 business days following award notification from the Great Plains Indian Health Service.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-16-079/listing.html)
 
Place of Performance
Address: 115 4th Avenue SE, Aberdeen, South Dakota, 57401, United States
Zip Code: 57401
 
Record
SN04202733-W 20160802/160731233108-7e21efc9bb3f4e468be14d7bf2d90c57 (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.