South Dakota Bids > Bid Detail

IEE Set-Aside, Firm Fixed-Price, Commercial Item, Purchase Order, for Two (2) Polaris Rangers for the Cheyenne River Health Center, Eagle Butte, SD

Agency:
Level of Government: Federal
Category:
  • 23 - Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles
Opps ID: NBD00159445452413644
Posted Date: Mar 8, 2024
Due Date: Apr 8, 2024
Source: https://sam.gov/opp/3c0d0c37a4...
Follow
IEE Set-Aside, Firm Fixed-Price, Commercial Item, Purchase Order, for Two (2) Polaris Rangers for the Cheyenne River Health Center, Eagle Butte, SD
Active
Contract Opportunity
Notice ID
CRHC24-025
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?

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: Mar 08, 2024 08:49 am MST
  • Original Date Offers Due: Apr 08, 2024 01:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 2310 - PASSENGER MOTOR VEHICLES
  • NAICS Code:
    • 336110 - Automobile and Light Duty Motor Vehicle Manufacturing
  • Place of Performance:
    Eagle Butte , SD 57625
    USA
Description

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 Law103-355).



This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.





B. The Indian Health Service/Cheyenne River Health Center intends to award a Firm Fixed-Price, Commercial Item, Purchase Order in response to this Request for Quote (RFQ) CRHC24-025.





C. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03, dated 02/23/2024.





D. This RFQ is issued as 100% Indian Small Business Economic Enterprise Set-Aside under 25 U.S.C. § 47, Buy Indian Act and the associated NAICS code is 336110 – Automobile and Light Duty Vehicle Manufacturing, 1,500 Employees.





E. The quoted unit price must be all inclusive. 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 delivery/performance of this purchase order. The period of performance will be 120 days after receipt of order.





BRAND NAME/EQUAL





Complete the attached Specification List:






  1. Polaris Ranger XP 1000 NorthStar Edition Premium 2 Ea. $_________ $________





F. To provide Two (2) Polaris Rangers.





G. To be provided for the Great Plains Area Indian Health Service, Cheyenne River Health Center, Eagle Butte, SD, 57625. Delivery Location: Cheyenne River Health Center, 24276 166th St. Airport Rd, Eagle Butte, SD 57625. The period of performance will be 120 days from Date of Award.





H. FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023).



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






  1. Solicitation number CRHC24-025;

  2. Closing Date: April 8, 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 at 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. Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items/service and other references(including contract numbers, points of contract 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. 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 in determining the successful contractor.





• Shall provide the items listed in the Specifications Listings; Brand Name or Equal Buy



• Ability to meet the Delivery Schedule



• Complete, fill out, the Indian Firm Representation Form/Specifications Price Lists for all items







I. FAR 52.212-3 Offer Representations and Certifications-Commercial Products and Commercial Services (Feb 2024) - 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 2023) – See attachment; in by reference.





K. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (Feb 2024) - 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:



Cheyenne River Health Center



Attn: Kolbi Haskell, Purchasing Agent



24276 166th St.



Eagle Butte, SD 57625



Email: kolbi.haskell@ihs.gov



Or



Danielle.chasinghawk@ihs.gov



Any questions, please submit by March 26, 2024 @ 10:00 am MST.





Contractors will need a UEI number, TIN number, and be registered with www.sam.gov.





ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 30 days from the date of receipt by the



Government.





No contract award shall be made to any vendor listed on the OIG Exclusions List at http://exclusions.org.hhs.gov throughout the



duration of the contract.





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 8 AM to 6 PM 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
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
  • Mar 08, 2024 08:49 am MSTCombined 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 >