South Dakota Bids > Bid Detail

Firm Fixed-Price, Blanket Purchase Agreement (BPA), Commercial Item, to provide urgent Plumbing Supplies, as needed, for the Cheyenne River Health Center, Eagle Butte, SD.

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 45 - Plumbing, Heating, and Sanitation Equipment
Opps ID: NBD00159955805495761
Posted Date: Jun 21, 2023
Due Date: Jul 21, 2023
Solicitation No: CRHC23-65
Source: https://sam.gov/opp/9dc503ca2d...
Follow
Firm Fixed-Price, Blanket Purchase Agreement (BPA), Commercial Item, to provide urgent Plumbing Supplies, as needed, for the Cheyenne River Health Center, Eagle Butte, SD.
Active
Contract Opportunity
Notice ID
CRHC23-65
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Jun 21, 2023 10:05 am MDT
  • Original Published Date: Jun 21, 2023 10:03 am MDT
  • Updated Date Offers Due: Jul 21, 2023 01:00 pm MDT
  • Original Date Offers Due: Jul 21, 2023 01:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 05, 2023
  • Original Inactive Date: Aug 05, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4510 - PLUMBING FIXTURES AND ACCESSORIES
  • NAICS Code:
    • 332913 - Plumbing Fixture Fitting and Trim 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, Blanket Purchase Agreement (BPA), for emergency Plumbing Supplies, in response to this Request for Quote (RFQ) CRHC23-65. The contract resulting from this solicitation will not obligate funds; funds must be obligated prior to ordering through the issuance of a BPA Call Slip.



(ii) This solicitation is being issued under solicitation number CRHC23-65.



(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04, dated 06/02/2023.



(iv) This is a 100% Small Business Set-Aside and the associated NAICS code is 332913 Plumbing Fixture Fitting and Trim, with a Small Business Size Standard of 1,000 employees, Product Service Code is 4510.



(v) A list of line items, quantities/units of measure at attached. The “Unit Price” is 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. The period of performance will be a base year, plus the option to exercise, four-one(1) year option terms.



(vi) Description of Items: See attached Price/Cost schedule.



(vii) The period of performance will include one base year, plus the option to exercise four-1 year option years. Delivery and acceptance terms for this order are with the SOW. POP: Base Yr: 8/1/2023 – 7/31/2024, OY1: 8/1/2024 – 7/31/2025, OY2: 8/1/2025 – 7/31/2026, OY3: 8/1/2026 – 7/31/2027 & OY4: 8/1/2027 – 7/31/2028.



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




  1. Solicitation number CRHC23-65

  2. Closing Date: July 21, 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

  9. Acknowledgement of Solicitation Amendments, if issued

  10. 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” offer. 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(s) with the lowest overall prices.



The LPTA evaluation process will be accomplished as follows - Technical Acceptability will be comprised of three subfactors: 1) Meeting all areas under the “Statement of Work”, Delivery Schedule; 2) Past Performance; and, 3) Price.



1. Ability to meet the Delivery Schedule in accordance with the Scope of Work.



2. 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). The assessment process will result in an overall technical rating of Acceptable/Non Acceptable or Neutral/Unknown. Offerors with no relevant past or present performance history shall receive the rating “neutral or unknown”, meaning the rating is treated neither favorably nor unfavorably.



3. Price: The Pricing Schedule must be completed for all line items and will be evaluated as to completeness and reasonableness. The offeror(s) with the lowest technically acceptable price 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 Products and Commercial Services (Dec 2022), with its offer. The offeror shall complete only paragraphs (b) of the provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov



(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (Dec 2022), applies to this acquisition. See attachment for full text.



(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (Jun 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.



Invoice Processing Platform (IPP) will be utilized.



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



(xiv) N/A



(xv) Offerors are due on July 21, 2023 by 1:00 PM MST, and can be mailed, e-mailed or fax to:



Cheyenne River Health Center



Attn: Stephanie Red Elk, COR



24276 166th Street



PO Box 1012



Eagle Butte, South Dakota 57625



Fax: 605/964-7737



Email: Stephanie.RedElk@ihs.gov



Questions in reference to this solicitation shall be submitted to the email address listed above. The last day to submit questions is July 10, 2023 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) Points Of Contacts: Danielle Chasing Hawk, Supervisory Contract Specialist, Danielle.ChasingHawk@ihg.gov, 605/964-0605 or Stephanie Red Elk, COR, Stephanie.RedElk@ihs.gov, 605/964-0507,



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


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

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 >