South Dakota Bids > Bid Detail

100% SB Set-Aside; Firm Fixed-Price, Non-Personal Service Type, Commercial Item, Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract to provide Elevator Services including Inspections & Repairs for the Rosebud IHS Hospital, located in Rosebud, SD.

Agency:
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159611553567945
Posted Date: Dec 18, 2023
Due Date: Jan 4, 2024
Source: https://sam.gov/opp/62aa52237a...
Follow
100% SB Set-Aside; Firm Fixed-Price, Non-Personal Service Type, Commercial Item, Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract to provide Elevator Services including Inspections & Repairs for the Rosebud IHS Hospital, located in Rosebud, SD.
Active
Contract Opportunity
Notice ID
RFQ-75H70624Q00004
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-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Dec 18, 2023 01:37 pm CST
  • Original Date Offers Due: Jan 04, 2024 10:00 am CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: H335 - INSPECTION- SERVICE AND TRADE EQUIPMENT
  • NAICS Code:
    • 333921 - Elevator and Moving Stairway Manufacturing
  • Place of Performance:
    Rosebud , SD 57570
    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, Non-Personal Service Type, Commercial Item, Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract in response to Request for Quote #75H70624Q00004.



C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01/11-14-2023.



D. This RFQ is a Small Business Set-Aside solicitation associated NAICS Code is 333921, which has a small business standard of 1,000 employees.



E. The contract resulting from this solicitation is an ID/IQ Contract. An ID/IQ Contract does NOT obligate any funds. Funds will be obligated prior to starting the performance through the issuance of Task Orders. Orders may be submitted electronically or hard copy.



F. 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 Price Schedule for:






  1. Base Year: February 1, 2024 thru January 31, 2025: totaling $ .

  2. Option Year 1: February 1, 2025 thru January 31, 2026: totaling $ .

  3. Option Year 2: February 1, 2026 thru January 31, 2027: totaling $ .

  4. Option Year 3: February 1, 2027 thru January 31, 2028: totaling $ .

  5. Option Year 4: February 1, 2028 thru January 31, 2029: totaling $

  6. Grand Total: $_____________________________



G. To provide monthly Preventive Maintenance and Inspection Services.



H. To be provided for the Rosebud IHS Hospital, 18 Soldier Creek Drive, Rosebud, South Dakota 57570. See attached Statement of Work. The period of performance will be a Base + Four (4) Option Years.



I. FAR 52.212-1 Instructions to Offerors- Commercial Products and Commercial Services (September 2023).



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






    1. Solicitation number RFQ-75H70624Q00004.

    2. Closing Date: January 4, 2024 at 10:00 am 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.







J. 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 four subfactors: 1.) Meeting all areas under the Statement of Work; 3.) Ability to meet the Monthly, Quarterly & Yearly Inspection and Testing; 3.) Past Performance; and, 4.) Price.






  1. Shall provide the services stated in the Statement of Work

  2. Ability to meet the Monthly, Quarterly & Yearly Inspection and Testing

  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 assess the offeror’s ability to perform the effort described in the Request for Quote (RFQ).

  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.



K. FAR 52.212-3 Offer Representations and Certifications- Commercial Products and Commercial Services (November 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.



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



M. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Products and Commercial Services (December 2023) - See attachment for full text.



N. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including below.



O. 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





Questions in regards to this solicitation shall be submitted in writing by email no later than December 26, 2023, 9:00am CST to Ursula Maslonka @ Ursula.Maslonka@ihs.gov .





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.



Quotation must set forth full, accurate and complete information as required by the Request for Quotation (RFQ) and be returned no later than the date referenced. All required information must be submitted in order to be considered responsive and eligible for award.



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.



Contractor must be registered with the System for Award Management (SAM) at www.sam.gov



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





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 (OEMs) 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.





Invoice Processing Platform (IPP)



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
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
  • Dec 18, 2023 01:37 pm CSTCombined 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 >