South Dakota Bids > Bid Detail

Firm-Fixed Price, Commercial Item for Environmental Site Assessment and Survey for New Town, ND, Twin Buttes, ND, Dunseith, ND, Fort Yates, ND and Wakpala, SD

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • B - Special Studies and Analyses - Not R&D
Opps ID: NBD00159449571503320
Posted Date: Oct 24, 2022
Due Date: Oct 26, 2022
Solicitation No: RFQ-23-001
Source: https://sam.gov/opp/b5dab83eab...
Follow
Firm-Fixed Price, Commercial Item for Environmental Site Assessment and Survey for New Town, ND, Twin Buttes, ND, Dunseith, ND, Fort Yates, ND and Wakpala, SD
Active
Contract Opportunity
Notice ID
RFQ-23-001
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 (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Oct 24, 2022 11:47 am CDT
  • Original Published Date: Oct 12, 2022 04:00 pm CDT
  • Updated Date Offers Due: Oct 26, 2022 12:00 pm CDT
  • Original Date Offers Due: Oct 26, 2022 12:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Nov 10, 2022
  • Original Inactive Date: Nov 10, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: B510 - SPECIAL STUDIES/ANALYSIS- ENVIRONMENTAL ASSESSMENTS
  • NAICS Code:
    • 541620 - Environmental Consulting Services
  • Place of Performance:
    Aberdeen , SD 57401
    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 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-23-001.



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% Small Business Set-Aside, and the associated NAICS Code is #541620, 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:



1. Environmental Site Assessment (ESA) & Hazard Material Asbestos Survey (HMAS) – New Town, ND



Total amount of all items requested - $_____________________.



2. Environmental Site Assessment (ESA) & Hazard Material Asbestos Survey (HMAS) – Twin Buttes, ND



Total amount of all items requested - $_____________________.



3. Environmental Site Assessment (ESA) & Hazard Material Asbestos Survey (HMAS) – Dunseith, ND



Total amount of all items requested - $_____________________.



4. Environmental Site Assessment (ESA) & Hazard Material Asbestos Survey (HMAS) – Fort Yates, ND



Total amount of all items requested - $_____________________.



5. Environmental Site Assessment (ESA) & Hazard Material Asbestos Survey (HMAS) – Wakpala, SD



Total amount of all items requested - $_____________________.



F. To be provided for the Great Plains Area (GPA) Office of Environmental & Health Department (OEH). Locations of service are: Minni-Tohe Health Center 1 Minnie Tohe Drive New Town, North Dakota 58763; Twin Buttes Health Clinic 726 80th Avenue NW Twin Buttes, North Dakota 58636; Dunseith Dental Clinic 2977 Jack Rabbit Road Dunseith, North Dakota 58329; Fort Yates Hospital 10 North River Road Fort Yates, North Dakota 58538; and Wakpala Health Clinic 420 Prairie Avenue Wakpala, South Dakota 57658. See Statement of Work (SOW) attached. The period of performance will be Date of Award through 60 days.



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:



1. Solicitation number RFQ-23-001.



2. Closing Date: October 26, 2022 at 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.



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 sixty (60) days.



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: Erin Doering, Contract Specialist



115 4th Ave; Room 309



Aberdeen, SD 57401



Email: Erin.Doering@ihs.gov



Any questions, please submit by email to: Erin.Doering@ihs.gov; before October 19, 2022 by 10:00 am CST.



Contractors will need a Unique Entity ID (UEI) number, TIN number, and be registered with www.sam.gov.



The Contractor must provide only new equipment and new parts for the required products described herein; no used, refurbished, or remanufactured equipment or parts shall be provided under any circumstances.



Absolutely no “Gray Market Goods” or “Counterfeit Electronic Parts” shall be provided. Gray Market Goods are defined as genuine branded goods intentionally or unintentionally sold outside of an authorized sales-territory or by non-authorized dealers in an authorized territory. All equipment shall be accompanied by the Original Equipment Manufacturers (OEM’s) warranty. Counterfeit Electronic Parts are defined as unlawful or unauthorized reproduction, substitution, or alteration that has been knowingly mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified electronic part from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitution includes used electronic parts represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics.



`



The Office of Management and Budget (OMB) mandates that U.S. federal agencies use the Internet Protocol version 6 (IPv6). In November 2020, OMB issued memorandum M-21-07 "Completing the Transition to IPv6", which outlines the Federal government's strategic intent "to deliver its information services, operate its networks, and access the services of others using only IPv6". The IHS requires all new IT systems (hardware and software) to operate in a pure IPv6 network environment. This includes on-premises services or third party hosted services that require network integration into the IHS network. The Offeror's solution shall comply with the IPv6 standards profile as defined by the NIST USGv6 Program: https://www.nist.gov/programs-projects/usgv6-program.



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.



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



52.223-99 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors.



ENSURING ADEQUATE COVID-19 SAFETY PROTOCOLS FOR FEDERAL CONTRACTORS (OCT 2021) (DEVIATION)



(a) Definition. As used in this clause - United States or its outlying areas means



The fifty States;



The District of Columbia;



The commonwealths of Puerto Rico and the Northern Mariana Islands;



The territories of American Samoa, Guam, and the United States Virgin Islands; and



The minor outlying islands of Baker Island, Howland Island, Jarvis Island, Johnston Atoll, Kingman Reef, Midway Islands, Navassa Island, Palmyra Atoll, and Wake Atoll.



(b) Authority. This clause implements Executive Order 14042, Ensuring Adequate COVID Safety Protocols for Federal Contractors, dated September 9, 2021 (published in the Federal Register on September 14, 2021, 86 FR 50985).



(c) Compliance. The Contractor shall comply with all guidance, including guidance conveyed through Frequently Asked Questions, as amended during the performance of this contract, for contractor or subcontractor workplace locations published by the Safer Federal Workforce Task Force (Task Force Guidance) at https:/www.saferfederalworkforce.gov/contractors/.



(d) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (d), in subcontracts at any tier that exceed the simplified acquisition threshold, as defined in Federal Acquisition Regulation 2.101 on the date of subcontract award, and are for services, including construction, performed in whole or in part within the United States or its outlying areas.


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

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 >