Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2018 FBO #6027
SOLICITATION NOTICE

Y -- Variable Frequency Drive (VFD) & Exhaust Fan Installation Services - Attachments

Notice Date
5/23/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333413 — Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Navajo Area Office, PO Box 9020, Window Rock, Arizona, 86515
 
ZIP Code
86515
 
Solicitation Number
RFQ18-3020
 
Archive Date
6/2/2018
 
Point of Contact
Marlene Tsosie, Phone: 5053687031
 
E-Mail Address
marlene.tsosie3@ihs.gov
(marlene.tsosie3@ihs.gov)
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
Fee Schedulele Arizona Wage Determination (Service Contract Act) Statement of Work for AHU 8 Statement of Work for AHU 6 & 7 Statement of Work for Exhaust Fan Installation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, and 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. This Request for Quotation (RFQ) is being issued via solicitation number RFQ18-3020. Pursuant to the authority under The Buy Indian Act, 25 U.S.C. 47, this requirement is a total Indian Small Business Economic Enterprise (ISBEE) set-aside and the associated NAICS code is 333413 with small business size standard of employees 500. Non-ISBEE offerors will not be considered for the award. The Contract Line Items (CLINs) and pricing structure are as shown on attachment titled; Fee Schedule - Variable Frequency Drive and Exhaust Fan Installation. The purpose of this fixed price purchase order is to procure a contractor to provide Brand Name or Equal Variable Frequency Drive (VFD) & Exhaust Fan Installation Services in accordance with the (3) attached Statement of Work (SOW) and Wage Determination Service Contract Act. This acquisition will utilize the ordering procedures in accordance with FAR 12 & 13. The period of performance 6/1/2018 through 9/30/2018, Delivery and acceptance terms for this order is FOB Destination. REQUIRED SITE VISIT: At no additional expense to the Government, a PRE-OFFER SITE VISIT is required to submit a bid, schedule shall be made with Cynthia Laughter Facility Maintenance Mechanic Supervisor from Monday to Friday, 8:00am 4:30pm before RFQ closing date. The provision at 52.212-2, Evaluation -- Commercial Items (Oct 2014), applies to this solicitation. 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 evaluation factors considered. The following technical factors shall be used to evaluate offers: 1. Past Performance: Contractor shall provide evidence of past performance on contracts of comparable scope and complexity within the past (3) three years of operation. 2. Technical Capabilities: Provide evidence that offered product/service meets or exceeds attach salient characteristics and Statement of Work. 3. Warranty Consideration: Provide warranty information 4. Maintenance Availability: Provide Maintenance information 5. Delivery Terms: FOB Destination, Removal / Installation & Programming to existing system time frame 6. Price All technical factors other than price, when combined, are more important than price. The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017), applies to this acquisition. Quotes shall be submitted on company letterhead stationery, signed and dated; it shall include: 1. Solicitation number. 2. Name, address, telephone number of the offeror and email address of the contact person. 3. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. See Evaluation Factors. 4. Completed Pricing Information and discount terms if applicable. 5. A completed copy of the representations and certifications at FAR 52.212-3. 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2017), with its offer. The offeror shall complete only paragraphs (b) of the provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. 6. 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 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) (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 account for all forms of Government-provided identification issued to the Contractor employees in connection with performance under this contract. The Contractor shall return such identification to the issuing agency at the earliest of any of the following, unless otherwise determined by the Government: (1) When no longer needed for contract performance. (2) Upon completion of the Contractor employee's employment. (3) Upon contract completion or termination. (c) The Contracting Officer may delay final payment under a contract if the Contractor fails to comply with these requirements. (d) The Contractor shall insert the substance of this clause, including this paragraph (d), in all subcontracts when the subcontractor's employees are required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. It shall be the responsibility of the prime Contractor to return such identification to the issuing agency in accordance with the terms set forth in paragraph (b) of this section, unless otherwise approved in writing by the Contracting Officer. FAR 52.252-2 Clauses Incorporated by Reference 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. Also, the full text of a clause may be accessed electronically at this address: http://www.acquisition.gov Additional Applicable Federal Acquisition Clauses 52.204-7 System Award Management (Oct 2016) 52.212-4 Contract Terms and Conditions - Commercial Items (Jan 2017) 52.222-41 Service Contract Labor Standards (May 2014) 52.223-10 Waste Reduction Program (May 2011) 52.223-11 Ozone-Depleting Substance (May 2001) 52.223-12 Refrigeration Equipment and Air Conditioners (Jun 2016) 52.223-15 Energy Efficiency in Energy-Consuming Products (Dec 2007) 52.224-1 Privacy Act Notification (Apr 1984) 52.224-2 Privacy Act (Apr 1984) 52.229-3 Federal, State, and Local Taxes (Feb 2013) 52.232-1 Payments (Apr 1984) 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (Jul 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Aug 1984) 52.249-1 Termination for Convenience of the Government (Apr 1984) (Fixed-Price) (short form) 52.249-8 Default (Fixed-Price Supply and Service) Proposals are due by 3:00 PM MST on Friday, June 1, 2018. Email the proposal to marlene.tsosie3@ihs.gov. Questions are due on Tuesday, May 29, 2018 by 3:00 PM MST. POC is Marlene Tsosie, Purchasing Agent, marlene.tsosie3@ihs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Navajo/RFQ18-3020/listing.html)
 
Place of Performance
Address: Four Corners Regional Health Center (FCRHC), Red Mesa, Arizona, 86514, United States
Zip Code: 86514
 
Record
SN04932788-W 20180525/180523231054-60e3cde2fd9e5efed7070acae0ebd78a (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.