South Dakota Bids > Bid Detail

HVAC Services

Agency:
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159335878879301
Posted Date: Dec 15, 2023
Due Date: Jan 19, 2024
Source: https://sam.gov/opp/4174d02c86...
HVAC Services
Active
Contract Opportunity
Notice ID
CRHC-24-012
Related Notice
Department/Ind. Agency
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Dec 15, 2023 07:56 am MST
  • Original Date Offers Due: Jan 19, 2024 01:00 pm MST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 03, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: H399 - INSPECTION- MISCELLANEOUS
  • NAICS Code:
    • 23822 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Eagle Butte , SD 57625
    USA
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, FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994) (Public Law 103-355) & FAR 37.4, Non-Personal Health Care Services Contract (10 U.S.C. 2304 and 41 U.S.C 253). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.



The Indian Health Service/Cheyenne River Health Center intends to award a Firm Fixed-Price, Non-Personal Service, Firm Fixed Price, Non-Personal Service Type, Commercial Item, Purchase Order in response to Solicitation CRHC-24-012 to provide HVAC Services for the Facilities Department at the Cheyenne River Health Center located in Eagle Butte, South Dakota. All orders may be submitted via email to Danielle.chasinghawk@ihs.gov



This solicitation is being issued under solicitation number CRHC-24-012.



The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-06 Dated 12/04/2023.



This is a 100% Small Business Set-Aside and the associated NAICS code is 238220 Plumbing, Heating, and Air Conditioning Contractors, with a Small Business Size Standard of $19. Million, Product Service Code is H399 Inspection, Miscellaneous Services purchased through this contract will be HVAC Services for the Facilities Dept at the CRHC. A list of line items, quantities/units of measure at attached. The “Unit Price” is an all-inclusive cost. All “inclusive cost” is defined to include, but not limited to travel, lodging, per diem, benefits, fuel, freight etc., plus all other costs pertinent to the performance of this contract. The period of performance will be a base year, plus the option to exercise four (4) one (1) year options



See Attached Pricing/Cost Schedule.



Description of Services: Provide Preventative Maintenance to the heating, ventilation, and air conditioning (HVAC) system at the CRHC required by the attached Performance Work Statement, for the Cheyenne River Health Center, Eagle Butte, South Dakota.



The period of performance will include one base year, plus the option to exercise four-1 year option years. Delivery and acceptance terms for this order are with the PWS. POP: Base Year: 02/01/2024 – 01/31/2025, OY1: 02/01/2025 – 01/31/2026, OY2: 02/01/2026 – 01/31/2027, OY3: 02/01/2027 – 01/31/2028, and OY4: 02/01/2028 – 01/31/2029.



The provision at 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (Sept 2023), applies to this acquisition.



Quotes shall be submitted on company letterhead stationery, signed and dated; it shall include, at a minimum;






    1. Solicitation number CRHC-24-012

    2. Closing Date: January 19, 2024 at 1:00pm MST

    3. Name, address, telephone number of the offeror and email address of the contact person

    4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation.

    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 FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically).

    9. Acknowledgement of Solicitation Amendments, if issued

    10. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration.





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 compromised of four subfactors 1). Meeting all areas under “Description / Specifications/PWS 2). Ability to meet the Quarterly Inspection and Testing Schedule 3). Past performance; and 4). Price



1.) Shall provide the services stated in the Description/Specifications/Work Statement



2.) Ability to meet the Quarterly Inspection and Testing Schedule



3.) 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 as sess 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.



4.) Price: The Bid 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.



Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (Nov 2023). 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.



FAR 52.212-4 Contract Terms and Conditions – Commercial Products and Commercial Services (November 2023) – See Attachment in by reference.



The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders – Commercial Products and Commercial Services (Dec 2023) – See attachment for Full Text.



Offers will be accepted electronically, submit via email to the following:



Cheyenne River Health Center



Attn: Danielle Chasing Hawk, Contract Specialist



24276 166th Street, Airport Road, PO Box 1012



Eagle Butte, South Dakota 57625



Email Danielle.chasinghawk@ihs.gov



Questions in reference to this solicitation shall be submitted to the email address listed above. The last day to submit questions is December 29, 2023 at 1:00pm MST. No questions will be answered after this date/time. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective vendors through a solicitation amendment.



Points Of Contacts: Danielle Chasing Hawk, Supervisory Contract Specialist, Danielle.ChasingHawk@ihg.gov, 605/964-0605 or Stephanie Red Elk, COR, Stephanie.RedElk@ihs.gov, 605/964-0507,



Contractor will need a UEI number, TIN number, and be active & registered in SAM at www.sam.gov.



The Government reserves the right to accept or reject services, if the level of performance is unacceptable.



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.




Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact
History

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 >