South Dakota Bids > Bid Detail

Firm-Fixed Price, Non-Personal Service, Commercial Item Award for Environmental Site Assessment (ESA) & Hazardous Materials and Asbestos Survey (HMAS) at Manderson and Allen, SD; Period of Performance will be Date of Award through 60 Days

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • B - Special Studies and Analyses - Not R&D
Opps ID: NBD00159729459569306
Posted Date: May 18, 2023
Due Date: May 31, 2023
Solicitation No: RFQ-23-102
Source: https://sam.gov/opp/d8c56a04f5...
Follow
Firm-Fixed Price, Non-Personal Service, Commercial Item Award for Environmental Site Assessment (ESA) & Hazardous Materials and Asbestos Survey (HMAS) at Manderson and Allen, SD; Period of Performance will be Date of Award through 60 Days
Active
Contract Opportunity
Notice ID
RFQ-23-102
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: May 18, 2023 03:58 pm CDT
  • Original Date Offers Due: May 31, 2023 03:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jun 15, 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: B510 - SPECIAL STUDIES/ANALYSIS- ENVIRONMENTAL ASSESSMENTS
  • NAICS Code:
    • 541620 - Environmental Consulting Services
  • Place of Performance:
    Manderson , SD 57756
    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,

Commercial Item, Purchase Order in response to Request for Quote (RFQ) RFQ-23-102.



C. This solicitation document and incorporated provisions and clauses are those in effect through Federal

Acquisition Circular 2023-03 dated April 26, 2023.



D. This RFQ is issued as 100% Indian Small Business Economic Enterprises (ISBEE) Set-Aside, and the

associated NAICS Code is #541620, which has a small business standard size $16.5 million.



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) – Manderson, SD

Total amount of all items requested - $_____________________.



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

Total amount of all items requested - $____________________________.



F. To be provided for the Great Plains Area (GPA) Office of Environmental & Health Department (OEH). Location

of services are: Manderson IHS Field Clinic located in downtown Manderson, South Dakota 57756 and Allen

IHS Field Clinic BIA Hwy 8 Allen, South Dakota 57714. 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 (Mar 2023).

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



1. Solicitation number RFQ-23-102.

2. Closing Date: May 31, 2023 at 12:00 pm CDT.

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.



Basis of award is Lowest Price, Technically Acceptable “LPTA” factors determining the successful contractor.



H. FAR 52.212-3 Offer Representations and Certifications-Commercial Products and Commercial Services

(Dec 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.





I. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (Dec 2022).

Applied to this acquisition and it’s by reference.



J. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-

Commercial Products and Commercial Services (Mar 2023). See attachment for full text.



K. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition

Regulation (HHSAR) clauses that are applicable including below.



L. Offers will be accepted electronically, Submit via e-mail to the following:



Great Plains Area Indian Health Service

Attn: Ms. 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 May 23, 2023 by 10:00 am CDT.



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.





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 in Block #10 of the Request for Quotation. 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 or provider listed on the OIG Exclusion List http://exclusions.oig.hhs.gov

throughout the duration of the contract. It shall be the responsibility of the contractor to notify the acquisition official if there

is a change in provider.





The Government reserves the right to accept or reject services if the level or work is unsatisfactory.



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.


Attachments/Links
Attachments
file uploads

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
  • May 18, 2023 03:58 pm CDTCombined 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 >