Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

Z -- Contractor shall replace flooring in the administration building in accordance with the attached Statement of Work.

Notice Date
9/15/2020 3:17:31 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
 
ZIP Code
73114
 
Solicitation Number
246-20-Q-0202
 
Response Due
9/17/2020 11:00:00 AM
 
Archive Date
10/02/2020
 
Point of Contact
Chris Henthorn
 
E-Mail Address
chris.henthorn@ihs.gov
(chris.henthorn@ihs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 1 is issued to RFQ 246-20-Q-0202 in order to incorporate the questions and responses related to this project and extend the proposal due date�to 1:00PM, CST, September 17, 2020. The proposal�due date has been extended�in order to all contractors enough time to review the attached questions and responses related to this RFQ. Please review the attached questions and responses to this RFQ and provide a proposal to chris.henthorn@ihs.gov by 1:00PM, CST, September 17, 2020. Please include a signed copy of the SF1447 & SF30 Forms with your proposal submission. ************************************************************************************************************************** This is a combined synopsis/solicitation for a firm fixed price construction contract prepared in accordance with FAR Part 13, 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 is issued as Request for Quotes (RFQ) 246-20-Q-0202. This procurement is 100% small business set-aside under NAICS code 236220 with a standard business size of $39.5 million. Contractor shall provide a firm, fixed-price proposal for flooring replacement on site at the Claremore Indian Hospital in the administration building in accordance with the statement of work. The period of performance for this requirement is 90 calendar days from Award Date. Questions are due no later than September 11, 2020 at 1pm CST. The closing date for receipt of quotes is 1pm CST, September 16, 2020. The offer shall be received by email to Chris.Henthorn@ihs.gov or in a sealed envelope, addressed to this office, showing the solicitation number, your name and address, no later than 1:00 p.m. CST, on September 16, 2020. TELEPHONE INQUIRIES SHALL NOT BE ACCEPTED AND TELEPHONE CALLS SHALL NOT BE RETURNED. CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.acquisition.gov and https://www.hhs.gov/grants/contract/contract-policies-regulations/hhsar/index.html The provisions of FAR Clause 52.213-4 Terms and Conditions- Simplified Acquisitions (Other than Commercial Items) applies to this acquisition (Aug 2020).�������� The provisions of FAR Clause, 52.204-7, System for Award Management, applies to this acquisition. Wage Rates: General Decision Number OK20200052 06/26/2020 applies to this acquisition.� The provision of FAR 52.204-8 Annual Representations and Certifications (Mar 2020) The provisions of HHSAR: 352.224-70 Privacy Act (Dec 2015); 352.224-71 Confidential Information (Dec 2015); 352.226-1 Indian Preference (Dec 2015); 352.226-2 Indian Preference Program (Dec 2015); 352.239-73 Electronic and Information Technology Accessibility Notice (Dec 2015); 352.239-74 Electronic and Information Technology Accessibility (Dec 2015) THE INDIAN HEALTH SERVICE SHALL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO PROVIDE A PROPOSAL CONTAINING: A) Firm, Fixed price quote B) Technical specifications of the RFQ i. Submittal information on the equipment ii. Verifiable relevant, (2) recent past performance that include similar experience in deploying hardware similar in SOW. Include contracting organization, contract POC (phone number and email) and contract amount. Proposals shall be evaluated on an acceptable/non-acceptable basis. Unacceptability of ""A"" and ""B"" (stated above) shall render the entire quote unacceptable. Evaluation shall proceed as follows: 1. Quotes shall be ranked by price, from low to high 2. Quotes shall then be evaluated for technical acceptability beginning with the lowest priced quote 3. This process shall proceed until a technical acceptable quote is identified THE INDIAN HEALTH SERVICE SHALL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO MEET THE REQUIREMENTS IN THE STATEMENT OF WORK. CONTRACT AWARD SHALL BE MADE TO THE RESPONSIBLE, RESPONSIVE OFFEROR OFFERING THE LOWEST REASONABLE PRICE AND MEETING ALL TECHNICAL SPECIFICATIONS. The technical evaluation shall be a determination based on information furnished by the vendor in the submitted proposals. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a7016894c06d4193b11858d3c2d8b01a/view)
 
Place of Performance
Address: Claremore, OK 74017, USA
Zip Code: 74017
Country: USA
 
Record
SN05798026-F 20200917/200915230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.