Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2023 SAM #7919
SOLICITATION NOTICE

J -- Annual and Semi-Annual Service Inspection on Generator at CIH

Notice Date
8/1/2023 5:47:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
 
ZIP Code
73114
 
Solicitation Number
246-23-Q-0166
 
Response Due
8/4/2023 8:00:00 AM
 
Archive Date
08/19/2023
 
Point of Contact
Misti Bussell, Phone: 9183426235
 
E-Mail Address
misti.bussell@ihs.gov
(misti.bussell@ihs.gov)
 
Small Business Set-Aside
BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
 
Description
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 in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ) # 246-23-Q-0166.��Submit only written quotes for this RFQ. This solicitation is 100% BUY INDIAN SET-ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04.� The associated NAICS code is 532490. This RFQ contains Twenty (20) Line Item: CLIN DESCRIPTION QTY UNIT Unit Price TOTAL 0001 Base Year: 08/01/2023 � 07/31/2024 - Annual and Semi-Annual Service Inspection required for Emergency Generator System including fluid samples according to SOW 1 EA 0002 Base Year: 08/01/2023 � 07/31/2024 -� Annual service inspection for emergency electrical power systems automatic (3) manual (1) transfer switches according to SOW 4 EA 0003 Base Year: 08/01/2023 � 07/31/2024 � Miscellaneous parts additional sample testing and supplies according to SOW 1 EA 0004 Base Year: 08/01/2023 � 07/31/2024 � portable generator rental setup and takedown labor materials and supplies according to SOW 1 EA OPTION YEAR ONE 0005 Option Year One: 08/01/2024 � 07/31/2025 - Annual and Semi-Annual Service Inspection required for Emergency Generator System including fluid samples according to SOW 1 EA 0006 Option Year One: 08/01/2024 � 07/31/2025 -� Annual service inspection for emergency electrical power systems automatic (3) manual (1) transfer switches according to SOW 4 EA 0007 Option Year One: 08/01/2024 � 07/31/2025 � Miscellaneous parts additional sample testing and supplies according to SOW 1 EA 0008 Option Year One: 08/01/2024 � 07/31/2025 � portable generator rental setup and takedown labor materials and supplies according to SOW 1 EA OPTION YEAR TWO 0009 Option Year Two: 08/01/2025 � 07/31/2026 - Annual and Semi-Annual Service Inspection required for Emergency Generator System including fluid samples according to SOW 1 EA 0010 Option Year Two: 08/01/2025 � 07/31/2026 -� Annual service inspection for emergency electrical power systems automatic (3) manual (1) transfer switches according to SOW 4 EA 0011 Option Year Two: 08/01/2025 � 07/31/2026 � Miscellaneous parts additional sample testing and supplies according to SOW 1 EA 0012 Option Year Two: 08/01/2025 � 07/31/2026 � portable generator rental setup and takedown labor materials and supplies according to SOW 1 EA OPTION YEAR THREE 0013 Option Year Three: 08/01/2026 � 07/31/2027 - Annual and Semi-Annual Service Inspection required for Emergency Generator System including fluid samples according to SOW 1 EA 0014 Option Year Three: 08/01/2026 � 07/31/2027 -� Annual service inspection for emergency electrical power systems automatic (3) manual (1) transfer switches according to SOW 4 EA 0015 Option Year Three: 08/01/2026 � 07/31/2027 � Miscellaneous parts additional sample testing and supplies according to SOW 1 EA 0016 Option Year Three: 08/01/2026 � 07/31/2027 � portable generator rental setup and takedown labor materials and supplies according to SOW 1 EA OPTION YEAR FOUR 0017 Option Year Four: 08/01/2027 � 07/31/2028 - Annual and Semi-Annual Service Inspection required for Emergency Generator System including fluid samples according to SOW 1 EA 0018 Option Year Four: 08/01/2027 � 07/31/2028 -� Annual service inspection for emergency electrical power systems automatic (3) manual (1) transfer switches according to SOW 4 EA 0019 Option Year Four: 08/01/2027 � 07/31/2028 � Miscellaneous parts additional sample testing and supplies according to SOW 1 EA 0020 Option Year Four: 08/01/2027 � 07/31/2028 � portable generator rental setup and takedown labor materials and supplies according to SOW 1 EA PERIOD OF PERFORMANCE: (Base Period) Base Year: ���������������� 08/01/2023 through 07/31/2024 Option Year 1:������������ 08/01/2024 through 07/31/2025 Option Year 2:������������ 08/01/2025 through 07/31/2026 Option Year 3:������������ 08/01/2026 through 07/31/2027 Option Year 4:������������ 08/01/2027 through 07/31/2028 Vendor Requirements: ��SEE ATTACHED STATEMENT OF WORK document for requirements, location, and instructions. STATEMENT OF WORK IS ATTACHED TO THIS COMBINED/SYNOPSIS SOLICITATION. Submit Quotes no later than: 08/04/2023 at 10:00a.m. CST� to the Following Point of Contact: Misti Bussell, Purchasing Agent, via Email: misti.bussell@ihs.gov. Evaluation:� FAR 52.212-2 Evaluation -- Commercial Items (completed as follows): (a) The Government will award a firm fixed price 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: Low Quote - Price will evaluated on base plus option year pricing (combined). - Provide three references for past experience in providing air filter services and materials from three commercial/industrial/institutional locations (hospitals preferred) in the State of Oklahoma and surrounding areas in the past three years. This solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below.� Terms and conditions other than those stated will not be accepted.� The above pricing is all inclusive.� PROVISIONS:� The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (the offeror should include a completed copy of this provision with their quote). CLAUSES:� The following FAR clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Items (DEC 2022); FAR 52.212-5 (MAR 2023), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): �FAR 52.203-6 Restrictions on Subcontractor Sales to the Government;� 52.203-13, Contractor Code of Business Ethics and Conduct; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-8; FAR 52.219-13,; FAR 52.219-28,; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving;� FAR 52.225-1, Buy American Act--Supplies;� FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.222-41,FAR 52.222-43 Fair Labor Standards Act and Service Contract Act � Price Adjustment.��The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4089f8105dc849faa68123f806853680/view)
 
Place of Performance
Address: Claremore, OK 74017, USA
Zip Code: 74017
Country: USA
 
Record
SN06771343-F 20230803/230801230050 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.