South Dakota Bids > Bid Detail

Firm Fixed Price, Commercial Item, Purchase Order to Provide One (1) Front-End Loader for the Rosebud IHS Hospital, Rosebud, SD.

Agency:
Level of Government: Federal
Category:
  • 38 - Construction, Mining, Excavating, and Highway Mainenance Equipment
Opps ID: NBD00159830323937836
Posted Date: Jan 22, 2024
Due Date: Jan 29, 2024
Source: https://sam.gov/opp/1aac9bf3df...
Follow
Firm Fixed Price, Commercial Item, Purchase Order to Provide One (1) Front-End Loader for the Rosebud IHS Hospital, Rosebud, SD.
Active
Contract Opportunity
Notice ID
75H70624Q00010
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: Jan 22, 2024 10:31 am CST
  • Original Date Offers Due: Jan 29, 2024 12:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 13, 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: 3805 - EARTH MOVING AND EXCAVATING EQUIPMENT
  • NAICS Code:
    • 333120 - Construction Machinery Manufacturing
  • Place of Performance:
    Rosebud , SD 57570
    USA
Description

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; proposals are being requested and a written solicitation will not be issued.



A. 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 75H70624Q00010.



B. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-06 dated 12/04/2023.



C. The RFQ is issued as 100% Buy Indian/Indian Economic Enterprise, Small Business set-aside, and the associated NAICS Code is 333120, which is small business standard of 1,250 number of employees.



D. The quoted “Unit Price” is an all inclusive cost. All “inclusive cost” is defined to include travel, lodging, per diem, fringe benefits, i.e., life insurance, social security, federal, state, and local taxes, plus all other costs pertinent to the performance of this contract. Utilize your most competitive rates.



Name Brand/Equal

See Complete Specification List (attached)

1. JOHN DEERE 544P HEAVY EQUIPMENT CONSTRUCTION LOADER 1 EA $__________$____________

2. 60” WIDE FORK FRAME AND 72” CONSTRUCION TINES 1 EA $__________$____________

3. 3.5 YARD ENHANCED PERFORMANCE BUCKET, BOLT ON CUTTING EDGE 1 EA $________$____________

4. AMI 4 NI 1 SNOW PLOW 1-16 FLUID EDGE 1 EA $ __________$____________

5. Trade-In Value 1995 JOHN DEERE 710D BACKHOE 1 EA $__________$ ____________

6. Trade-In Value 1995 BOBCAT 753 SKID STEER LOADER 1 EA $__________$ ____________



TOTAL PRICE: $__________________



E. To provide Front-End Loader (1)

F. To be provided to Rosebud IHS Hospital, 800 Hospital Drive, Rosebud, SD 572. Period of performance will be 60 days from the date of award.



G. BASIS FOR AWARD: Lowest Price Technically Acceptable, Shall provide the items listed in the specifications Listing; Brand Name or Equal Buy, Ability to meet delivery schedule, Complete, fill out the Indian Firm Representation Form



H. FAR 52.212-1 - Instructions to Offerors - Commercial Items (September 2023):



Quotes shall be submitted on company letterhead stationary, signed and dated and it shall include the following in order to be considered technically acceptable.



1. Solicitation number: 75H70624Q00010

2. Closing date of January 29, 2024 at 12:00pm CST.

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. This may include documents, if necessary;

5. Terms of any express warranty.

6. Price of 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 any Solicitation Amendments(if any issued)

10. A statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitations. Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded.



I. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (November 2023) - See attachment for full text and instruction for completion. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via http://www.sam.gov. If an offeror has completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraph (c) through (o) of this provision.

J. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (November 2023)

- See attachment; in by reference



K. FAR 52.212-5 - Contract Terms & Condition's Required to Implement Statutes or Executive Orders - Commercial Items (December 2023) - See attachment for full text.



L. Attached are the Federal Acquisition Regulations (FAR) and the Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including the following:



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

Great Plains Area Indian Health Service

DeAnne Dolphus, Contract Specialist

115 4th Avenue SE, Room 309, Federal Building

Aberdeen, South Dakota 57401

e-mail: deanne.dolphus@ihs.gov

Phone: 605-226-7272



Any questions please submit by January 24, 2023 by 12:00 CST.



Contractor 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.



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 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
  • Jan 22, 2024 10:31 am 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 >