South Dakota Bids > Bid Detail

IEE Set-Aside, Firm Fixed-Price, Purchase Order, Fuel Trailer for the Cheyenne River Health Center, Eagle Butte, SD

Agency:
Level of Government: Federal
Category:
  • 23 - Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles
Opps ID: NBD00159949196675789
Posted Date: Jan 30, 2024
Due Date: Feb 13, 2024
Source: https://sam.gov/opp/05d62c2bd7...
Follow
IEE Set-Aside, Firm Fixed-Price, Purchase Order, Fuel Trailer for the Cheyenne River Health Center, Eagle Butte, SD
Active
Contract Opportunity
Notice ID
CRHC24-022
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-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jan 30, 2024 01:51 pm MST
  • Original Date Offers Due: Feb 13, 2024 01:00 pm MST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 28, 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: 2330 - TRAILERS
  • NAICS Code:
    • 336212 - Truck Trailer 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. 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)..





(ii) This solicitation is being issued under solicitation number CRHC24-022





(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02, dated 01/22/2024





(iv) This RFQ is issued as 100% Indian Small Business Economic Enterprise Set-Aside under 25 U.S.C. § 47, Buy Indian Act and the associated NAICS code is 336212 – Truck Trailer Manufacturing, 1,000 Employees.





(v) The quoted unit price must be all inclusive. 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 delivery/performance of this purchase order. The period of performance will be 90 days after receipt of order.





Line Item 1) Thunder Creek MTT6900 Multi Tank Fuel Trailer – Qty 1



Line Item 2) Fuel Hose Reel – Qty 1



(see attached specification sheet)





(vi) Description of Supply: Thunder Creek Fuel Trailer to be delivered to the Cheyenne River Health Center in Eagle Butte, SD.







(vii) Period of performance will be 90 days ARO.





(viii) The provision at 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (Sep 2023), applies to this acquisition. Offers shall be submitted on company letterhead stationary, signed and dated; it shall include, at a minimum;




  1. Solicitation number CRHC24-022;

  2. Closing Date: February 13, 2024 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) The clause at 52.212-2, Evaluation-Commercial Items (Nov 2021), applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will award a contract resulting from this solicitation to the best value in consideration of the government. The following factors shall be used to evaluate offers: The basis for award will be based on “Lowest Price Technically Acceptable” (LPTA). LPTA Factors in determining the successful contractor.



-Provide item listed.



-Meet Delivery Schedule





(x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (Nov 2023), 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 (v)) of this provision.





(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (Nov 2023), applies to this acquisition.





(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (Dec 2023) – 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 February 13, 2024 by 1:00 PM MST, and can be mailed, e-mailed (Kolbi.Haskell@ihs.gov), or Fax to: 605-964-7737. Offeror must confirm the receipt of the proposal by IHS.



Questions in reference to this solicitation shall be submitted to the email address listed above. The last day



to submit questions is February 7, 2024 at 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: Kolbi Haskell, Purchasing Agent, Kolbi.Haskell@ihs.gov, 605-964-1565, or Danielle Chasing Hawk, Contracting Officer, Danielle.ChasingHawk@ihg.gov, 605-964-0605





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







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
  • Jan 30, 2024 01:51 pm 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 >