South Dakota Bids > Bid Detail

RFQ-Buy Indian Set Aside, Hospital Furniture, Cheyenne River Health Center

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159610096326597
Posted Date: Feb 21, 2023
Due Date: Mar 8, 2023
Solicitation No: CRHC23-26
Source: https://sam.gov/opp/24f3c26aa9...
Follow
RFQ-Buy Indian Set Aside, Hospital Furniture, Cheyenne River Health Center
Active
Contract Opportunity
Notice ID
CRHC23-26
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-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Feb 21, 2023 09:32 am MST
  • Original Date Offers Due: Mar 08, 2023 01:00 pm MST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 6530 - HOSPITAL FURNITURE, EQUIPMENT, UTENSILS, AND SUPPLIES
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    Eagle Butte , SD 57625
    USA
Description

(i) a. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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; bids 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 Quotes (RFQ) CRHC23-26, for Hospital Furniture.



(ii) This solicitation is being issued under solicitation number CRHC23-26.



(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01, dated 12/30/2022



(iv) This solicitation is advertised as 100% Indian Small Business Economic Enterprise Set-Aside, under 25 U.S.C. § 47, Buy Indian Act. The associated NAICS code is 339113 – Surgical Appliance and Supplies, small business standard of 750 employees. PSC code 6530-Hospital Furniture, Equipment, Utensils and Supplies.



(v) The “Unit Price” shall be 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.



Complete the attached Specification/Price Schedule – Total of all items requested $_____________



(vi) To provide various furniture items for the Inpatient Department, Cheyenne River Health Center. See attached Specification/Price Schedule.



(vii) The period of performance will 60 days ARO. Shipment address: Cheyenne River Health Center, Attn: Inpatient Department, 24276 166th Street, Eagle Butte, SD 57625.



(viii) The provision at 52.212-1, Instructions to Offerors – Commercial Items (Nov 2021), applies to this acquisition. Offers shall be submitted on company letterhead stationary, signed and dated; it shall include, at a minimum;




  1. Solicitation number CRHC23-26;

  2. Closing Date: March 8, 2023 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



(ix) 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 two subfactors:



1) Meeting all SOW/Specifications.



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.



(x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 2022), with its offer. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.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.



(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Nov 2021), applies to this acquisition.



(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial items (May 2022) – See attachment for full text.



(xiii) Any additional contract requirement(s) or terms and conditions are determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices (i.e. warranty requirements, HHSAR, etc..) are attached.



(xiv) N/A



(xv) Offerors are due on March 8, 2023 by 1:00 PM MST, and can be mailed, e-mailed, or fax to:



Cheyenne River Health Center



Stephanie Red Elk, COR



24276 166th Street



Eagle Butte, SD 57625



Stephanie.RedElk@ihs.gov



Fax: 605-964-7737



Questions in reference to this RFQ shall be submitted to the email address listed above. The last day to submit questions is March 1, 2023 by 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.



(xvi) Point Of Contacts: Stephanie Red Elk, Acting Purchasing Agent, Stephanie.RedElk@ihs.gov, 605-964-0507, or Danielle Chasing Hawk, Contracting Officer, Danielle.ChasingHawk@ihg.gov, 605-964-0605.



(xvii) Contractor will need a UIE number, TIN number, and be active & registered in SAM at www.sam.gov.


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
  • Feb 21, 2023 09:32 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 >