SOLICITATION NOTICE
S -- Delivery of Liquid Propane Gas (LPG) to the Great Plains Area Youth Regional Treatment Center (YRTC) located in Mobridge, SD
- Notice Date
- 8/24/2022 6:09:19 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 211130
— Natural Gas Extraction
- Contracting Office
- GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
- ZIP Code
- 57401
- Solicitation Number
- RFQ-22-165
- Response Due
- 8/28/2022 10:00:00 AM
- Archive Date
- 09/12/2022
- Point of Contact
- Ursula Maslonka, Phone: 6052267274
- E-Mail Address
-
ursula.maslonka@ihs.gov
(ursula.maslonka@ihs.gov)
- Small Business Set-Aside
- BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
- Description
- SF-30 - Amendment Questions and Answers - See attachment __________________________________________________________________________________________ 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, FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994) (Public Law 103-355). 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, Commercial Item, Purchase Order in response to Request for Quote (RFQ) RFQ-22-165. C.� �This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07. D.� �This RFQ is issued as 100% Indian Small Business Economic Enterprises (ISBEE) Set-Aside, and the associated NAICS Code is #211130, which has a small business standard size 1,250 employees. E.� �The quoted 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. � � � � � � � � Complete the attached Bid Schedule for: � � � � � � � � �Liquid Propane Gas (LPG) Delivery Services � $ ____________________.��Not to Exceed 12,500 gallons. F.� �To be provided for the Great Plains Area (GPA) Youth Regional Treatment Center (YRTC) located at 12451 Highway 1806, Mobridge, SD 57601. See Statement of Work (SOW) attached. �The period of performance will be award of purchase order for one (1) year. � G.� �FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Nov 2021). � � �Quotes shall be submitted on company letterhead stationery, signed, dated and it shall include: Solicitation number RFQ-22-165. Closing Date: August 28, 2022 at 12:00 pm CST. Name, address and telephone number of company and email address of contact person. 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. Terms of any express warranty. Price and any discount terms. �Remit to� address, if different than mailing address. 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). Acknowledgment of Solicitation Amendments (if any issued) 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). 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. H.� �FAR 52.212-2 Addendum - Evaluation � Commercial Items (November 2021) � See attachment for full text. � � � Basis of award is Lowest Price, Technically Acceptable �LPTA� factors determining the successful contractor. The� � � � � � � Government will not use the formal source selection procedures described in FAR part 15. The Government will evaluate� � � � � � � � � quotations utilizing the procedures of FAR 13.106-2 Evaluation of quotations or offers. Offers will be evaluated for acceptability,� � � � but not ranked using the non-price factors/sub-factors. All non-price factors and sub-factors will be rated as either �acceptable�� � � � � or �unacceptable�. The Government intends to evaluate and make award without discussion with the offerors other than minor� � � � � clarifications, unless discussions are determined to be necessary. A decision on the technical acceptability of each offeror�s� � � � � � � quotations will be made. For those offeror�s which are determined to be technically acceptable, award will be made to that� � � � � � � � vendor with the lowest overall prices. � � � �The LPTA evaluation process will be accomplished as follows - Technical Acceptability will be comprised of three� � � � � � � � � � � � � � � �subfactors: 1.) Meeting all areas under the Statement of Work; �SOW�; 2.) Price; and 3) Delivery. � � � � � � �1) Shall provide the items stated in the SOW. � � � � � � �2) Price: The Pricing Schedule must be completed for all line items and will be evaluated as to completeness and� � � � � � � � � � � � � � � � reasonableness. The offeror with the lowest technically acceptable prices represents the best value for the Government. � � � � � � �3) Delivery: fulfill order in one year. I.� �FAR 52.212-3 Offer Representations and Certifications-Commercial Products and Commercial Services (May 2022). See attachment for full text. The Offeror shall complete only paragraphs (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. J.� �FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2021).�� �Applied to this acquisition and it�s by reference. K.� �FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services ��������������(May 2022). See attachment for full text. L.� �Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including below. M.� �Offers will be accepted electronically, Submit via e-mail to the following: � � Great Plains Area Indian Health Service � � Attn: Ursula Maslonka, Contract Specialist � � 115 4th Ave; Room 309 � � Aberdeen, SD 57401 � � Email: Ursula.Maslonka@ihs.gov ������� Any questions, please submit by email to: Ursula.Maslonka@ihs.gov; before August 23, 2022 by 10:00 am CST. ������� Contractors will need a Unique Entity ID (UEI) number, TIN number, and be registered with www.sam.gov. Invoice Processing Platform (IPP) The Indian Health Service (IHS) is in the process of implementing an electronic invoicing system.� In compliance with the Office of Management and Budget (OMB) M-15-19 memorandum �Improving Government Efficiency and Saving Taxpayer Dollars Through Electronic Invoicing� directing Federal agencies to adopt electronic invoicing as the primary means to disburse payment to vendors. Invoices submitted under any award will be required to utilize the Invoice Processing Platform (IPP) in accordance with HHSAR 352.232-71, Electronic Submission and Processing of Payment Requests�. IPP is a secure, web-based electronic invoicing system provided by the U.S. Department of the Treasury�s Bureau of the Fiscal Service, in partnership with the Federal Reserve Bank of St. Louis (FRSTL). Respondents to this solicitation are encouraged to register an account with IPP if they have not already done so. If your organization is already registered to use IPP, you will not be required to re-register- however, we encourage you make sure your organization and designated IPP user accounts are valid and up to date. The IPP website address is: https://www.ipp.gov If you require assistance registering or IPP account access, please contact the IPP Helpdesk at (866) 973-3131 (M-F 8AM to 6PM ET), or IPPCustomerSupport@fiscal.treasury.gov Should the contractor feel that use of the IPP would be unduly burdensome, their response to this solicitation should include an explanation of this position for a determination by the contracting officer. Amendment - Adding Attachment - IHS IEE Representation Form Jan 2022 508 Complaint - RFQ-22-165/IHS1456543
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bcf2b88194b1478a8f43769f63f509f8/view)
- Place of Performance
- Address: Mobridge, SD 57601, USA
- Zip Code: 57601
- Country: USA
- Zip Code: 57601
- Record
- SN06438664-F 20220826/220824230118 (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 |