South Dakota Bids > Bid Detail

Firm Fixed-Price, Non-Personal Service, ID/IQ contract, single award, commercial item, for Solid Waste Services at the Pine Ridge Hospital & surrounding IHS Clinics, Pine Ridge, South Dakota.

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159171948141901
Posted Date: Oct 21, 2022
Due Date: Nov 4, 2022
Solicitation No: 75H70623Q00003
Source: https://sam.gov/opp/1c258e18b4...
Follow
Firm Fixed-Price, Non-Personal Service, ID/IQ contract, single award, commercial item, for Solid Waste Services at the Pine Ridge Hospital & surrounding IHS Clinics, Pine Ridge, South Dakota.
Active
Contract Opportunity
Notice ID
75H70623Q00003
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
GREAT PLAINS AREA INDIAN HEALTH SVC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Oct 20, 2022 06:42 pm CDT
  • Original Date Offers Due: Nov 04, 2022 12:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Nov 19, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: S205 - HOUSEKEEPING- TRASH/GARBAGE COLLECTION
  • NAICS Code:
    • 562111 - Solid Waste Collection
  • Place of Performance:
    Pine Ridge , SD 57770
    USA
Description

100% Indian Small Business Economic Enterprises (ISBEE) Set-aside Award



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, Non-Personal Services, ID/IQ contract, single award, Commercial Item, in response to Request for Quote 75H70623Q00003. The contract resulting from this solicitation will not obligate funds; funds must be obligated prior to starting performance through a task order. Orders may be submitted electronically, facsimile or hard copy.



C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular: 2022-08.



D. This RFQ is issued as 100% Indian Small Business Economic Enterprises (ISBEE) Set-aside and the associated NAICS Code is 562111 with a small business size of $41.5 million.



E. The unit pricing is an all-inclusive (to include but not 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 attached SF-1449 for pricing.



F. Solid Waste Services for the Pine Ridge Hospital including the surrounding IHS Clinics, Pine Ridge, SD. The period of performance will be for one year from the Date of Award with four (4), one (1) option periods.



G. FAR 52.212-1 Instructions to Offerors-Commercial Items (November 2021).



Quotes shall be submitted on company letterhead stationery, signed, dated and it shall include:




  1. Solicitation number RFQ 75H70623Q00003.

  2. Closing Date: November 4, 2022, 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. 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).

  11. 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.



Attachments:




  • Statement of Work

  • Indian Firm Representation Form

  • Provisions and Clauses incorporated by reference and full text

  • Contractor’s Performance Conditions and Responsibilities

  • HHS Residual Standard of Conduct

  • Workplace Violence and Violence in the Workplace

  • Courtesy and Respect in the Workplace Policy

  • Wage Determination No.: 2015-5377





H. Basis of award is Lowest Price, Technically Acceptable “LPTA” offer. 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(s) 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”, Delivery Schedule; 2. Past Performance; and, 3. Price.



1. Ability to meet the Delivery Schedule in accordance with the Scope of Work.



2. Past Performance: The offeror shall provide a list of contracts under which they have performed same or similar services to this RFQ requirement within the last three (3) years. The Government shall assess the offeror’s ability to perform the effort described in the Request for Quote (RFQ). The assessment process will result in an overall technical rating of Acceptable/Non Acceptable or Neutral/Unknown. Offerors with no relevant past or present performance history shall receive the rating “neutral or unknown”, meaning the rating is treated neither favorably nor unfavorably.



3. Price: The Pricing Schedule must be completed for all line items and will be evaluated as to completeness and reasonableness. The offeror(s) with the lowest technically acceptable price represents the best value for the Government.



4. The contractor shall include procedures and methods for: garbage disposal, protection of affected adjacent areas, operating on occupied facilities, MSDS sheets for chemicals to be used for cleaning and insect/rodent control.



5. Provide a comprehensive statement of the scope and purpose of the project. Include a detailed description of the proposed work involved to accomplish the objectives of the statement of work. Include either by chart or narrative: reason for subcontracts; estimated time frames for equipment delivery; proposed collection schedule for each location; proposed receptacle maintenance schedule for cleaning and insect/rodent control.



6. Provide the name, location and proof of EPA certification for the landfill and alternate landfill to be used for disposal. The OST Landfill may be utilized as the disposal area for this requirement as long as the OST Landfill remains compliant with RCRA. The contractor will be responsible for utilizing an alternate compliant landfill or disposal method if the OST Landfill becomes non-compliant during the course of this requirement.



7. The total price for contract shall be itemized and include: dumpster rental, dumpster maintenance, collection charges, disposal fees, TERO fees and/or tipping fees.





I. FAR 52.212-3 Offer Representations and Certifications-Commercial Items (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 Item (November 2021) – See attachment; in by reference.



K. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (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. SE, Room 309



Aberdeen, SD 57401



Email: Ursula.Maslonka@ihs.gov



Any questions, please submit by email to Ursula Maslonka before; October 26, 2022 by 12:00 am CST.





Contractors will need a Unique Entity ID, 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 resulting from this solicitation 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.





A CONTINUING RESOLUTION, also known as a "CR" is legislation enacted by congress that continues funding for specific ongoing activities if the fiscal year appropriation has not been enacted by the beginning of the fiscal year.



"Due to the Continuing Resolution, funds are presently available through December 16, 2022 (P.L. 117-180). The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond December 16, 2022. If funds are made available to the Contracting Officer for performance beyond the above cited date, the Contractor will receive notification in writing by the Contracting Officer."



FAR 52.232-18 - Availability of Funds



FAR 52.232-19 - Availability of Funds for the Next Fiscal Year


Attachments/Links
Attachments
Document File Size Access Updated Date
RFQ Solicitation 23Q00003 Solid Waste Srv IDIQ B 4OY PR.pdf (opens in new window)
2 MB
Public
Oct 20, 2022
file uploads

Contact Information
Contracting Office Address
  • DIVISION OF ACQUISITION MANAGEMENT FEDERAL BLDG 115 4TH AVE SE RM 309
  • ABERDEEN , SD 57401
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 20, 2022 06:42 pm CDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >