SOLICITATION NOTICE
J -- Annual/Quarterly/Preventative Maintenance HVAC Services - RFQ-18-161
- Notice Date
- 8/31/2018
- 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-18-161
- Archive Date
- 9/29/2018
- Point of Contact
- Wenda L Wright, Phone: 6052267724
- E-Mail Address
-
wenda.wright@ihs.gov
(wenda.wright@ihs.gov)
- Small Business Set-Aside
- Indian Small Business Economic Enterprises
- Description
- RFQ-18-161-1 RFQ-18-161 A. 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 solicitation; quotes are being requested and a written solicitation will not be issued. B. The Great Plains Area Indian Health Service (IHS) intends to award a Firm-Fixed Price, Non-Personal Service Type, Commercial Item, Purchase Order in response to Request for Quote (RFQ) RFQ-18-161. C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. D. This RFQ is issued as 100% Small Business, Indian Economic Enterprise Set-Aside, and the associated NAICS Code is 238220, which has a small business standard of $15.0. E. 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) plus all other costs pertinent to the performance of this contract. Utilize your most competitive and reasonable rates. See attached Price Schedule 1. Base Year: November 1, 2018 thru October 31, 2019: One Year @ $_________per year. 2. Option Year 1: November 1, 2019 thru October 31, 2020: One Year @ $_________per year. 3. Option Year 2: November 1, 2020 thru October 31, 2021: One Year @ $_________per year. 4. Option Year 3: November 1, 2021 thru October 31, 2022: One Year @ $_________per year. 5. Option Year 4: November 1, 2022 thru October 31, 2023: One Year @ $_________per year. F. To provide Annual and Quarterly Inspection/Preventative Maintenance Services for the HVAC system at the Cheyenne River Indian Health Center, Eagle Butte, South Dakota. G. Services will be provided at the Cheyenne River Indian Health Center, 24276 166th St., Airport Road, Eagle Butte, South Dakota 57625. H. The period of performance will be November 1, 2018 thru October 31, 2019 Base Year with Four (4) Option Years. I. FAR 52.212-1 Instructions to Offerors-Commercial Items (January 2017). Quotes shall be submitted on company letterhead stationery, signed, dated and it shall include: 1. Solicitation number RFQ-18-161. 2. Closing Date: September 14, 2018 at 12:00 pm 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 completed 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. 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) 12. 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: • Shall meet the Minimum Requirements Criteria of the Statement of Work. • Copy of Diplomas/Specialty Certifications. • Copies of Continuing Education, if applicable. • Current CV/resume. • Complete Indian Firm Representation Form J. FAR 52.212-2 Evaluation - Commercial Items (October 2014). (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: 1. Experience and Approach Technical experience, Technical approach and tasks in accordance with the SOW, Demonstrate understanding and management of events/tasks 2. Past Performance List similar HVAC Preventative Maintenance contracts, Government and/or Commercial; Demonstrate record of successful performance in past contracts; Identify other similar contracts and indicate your record of performance; In the event your firm did not have contracts, which meet the Statement of Work requirements of this solicitation, list up to five other contracts, which you deem similar. 3. Key Personnel Curriculum vitae and resumes 4. Management Financial capability to perform the Statement of Work; Capability to meet delivery or performance schedules; Possession of necessary organization, experience and technical skills to perform the work, or the ability to obtain them; and Possession of required facilities (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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) Basis of award is Lowest Price, Technically Acceptable "LPTA" bid package. All of the above is required in order to be considered technically acceptable (See Instructions to Offerors). K. FAR 52.212-3 Offer Representations and Certifications-Commercial Items (November 2017) 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 located at https://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. K. FAR 52.212-4 Contract Terms and Conditions-Commercial Item (January 2017) - See attachment; in by reference. L FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (July 2018) - See attachment for full text. M. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including below. N. Offers will be accepted electronically, Submit via e-mail to the following: Great Plains Area Indian Health Service Attn: Wenda Wright, Contract Specialist 115 4th Ave. SE, Room 309 Aberdeen, SD 57401 Or fax to 605-226-7669 or email wenda.wright@ihs.gov Questions in regards to this solicitation shall be submitted in writing by either email, fax or mail no later than September 7, 2018, 12:00pm 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-18-161/listing.html)
- Place of Performance
- Address: 24276 166th St., Airport Road, Eagle Butte, South Dakota, 57625, United States
- Zip Code: 57625
- Zip Code: 57625
- Record
- SN05067373-W 20180902/180831231256-b469d55c082384941b8e74bb6429d3e1 (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 |