SOLICITATION NOTICE
58 -- LED Messaging Center and Facility Directional Sign Equipment - RFQ-16-118
- Notice Date
- 9/10/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339950
— Sign Manufacturing
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
- ZIP Code
- 57401
- Solicitation Number
- RFQ-16-118
- Archive Date
- 9/30/2016
- Point of Contact
- Connie R Valandra, Phone: 605-226-7567
- E-Mail Address
-
connie.valandra@ihs.gov
(connie.valandra@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachments Wage Determinations SOW, Provisions, and Clauses This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR (Federal Acquisition Regulations) Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is Request For Quote-16-118. The solicitation document incorporated provisions and clauses are those in effect through FAC (Federal Acquisition Circular) 2005-89-1. This is a Small Business Set-aside solicitation. NAICS code is 339950 - Signs Manufacturing, Small Business Size Standard is 500 employees. The 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. Contract Line Items: 1. Electronic Digital (LED) Messaging Center Sign: 4 each @$______ /Each, totaling $______ 2. Installation of Electronic Digital (LED) Messaging Center Signs: 1 Job @$_______, totaling $______ 3. LED Directional Sign: 2 each @$______ /Each, totaling $_______ 4. Installation of LED Directional Signs: 1 Job @$_______, totaling $______ Total $_________ The Great Plains Area Office is soliciting proposals for a Firm Fixed-Price, Supply/Equipment and Installation Services contract for LED Messaging Center and Facility Directional Sign Equipment and Installation Services for the Cheyenne River Health Center, Cheyenne River Sioux Service Unit, 24276 166th Street, Airport Road, Eagle Butte, South Dakota 57625. The period of performance will be 60 Days ARO. Wage Determination No. 2015-2485, Revision No. 1, dated 02/19/2016 is applicable to this solicitation. General Decision No. SD160018, dated 08/05/2016, SD18 is applicable to this solicitation. INSTRUCTION TO OFFERORS: Proposal must contain the following documents in order to be considered responsive and eligible for an award: Completion of the attached FAR and HHSAR (Health and Human Services Acquisition Regulations) provisions and clauses applicable to this acquisition, including: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2015). This must be submitted by the Offeror. See attachment for full text. FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014). 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. Award shall be made to the Lowest Price, Technically Acceptable offer. The following factors shall be used to evaluate offers: A. Response time. B. Past performance information. Award will be made on an "all-or-none" basis to the lowest responsive and responsible offeror. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Jul 2016). This must be completed by the Offeror. See attachment for full text. The Offeror shall complete only paragraph (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 https://www.acquisition.gov/?q=browsefar. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (May 2015); and FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2016). The full text of a clause may be accessed electronically at: https://www.acquisition.gov/?q=browsefar Proposals are due on September 15, 2016 @2:00pm CDT/CST. Submit proposals to: Great Plains Area Indian Health Service Attn: Connie Valandra, Contract Specialist Federal Building, Room 309 115 4th Avenue Southeast Aberdeen, South Dakota 57401-4360 Telephone: 605/226-7567 Facsimile: 605/226-7669 E-mail: connie.valandra@ihs.gov Note to the Proposed Contractor : OIG Exclusion List No contract award shall be made to a vendor or provider listed on the OIG Exclusion List (http://exclusions.oig.hhs.gov) throughout the duration of the contract. Should a candidate be found with a non-favorable security clearance it shall be the contractor's responsibility to replace the candidate working under the contract/purchase order with a suitable candidate. It shall be the responsibility of the contractor to notify the Acquisition Office is there is a change in provider. In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if listed on the LEIE (HHS Office of Inspector General List of Excluded Individuals/Entities), http://exclusions.oig.hhs.gov. As soon as practicable prior to the performance of the work, the Contractor shall provide to the Contracting Officer the names of all individuals to be used in performance of work for screening against the LEIE. During the performance, the Contractor shall provide the Contracting Officer the names of any additional or substitute employees for screening before they begin work. The Contractor is responsible for conducting security preclearance investigations in sufficient depth to ensure that each Contractor or subcontractor employee referred to IHS is not on the LEIE and can obtain a favorable fingerprint clearance. Each security preclearance shall be conducted sufficiently in advance of the start of performance to avoid delays caused by denial of access. If this is a Time and Materials, Labor-Hour, or Cost-Reimbursement contract, the contractor shall not charge for or be reimbursed for labor hours or other costs incurred for employees who are unable to perform due to denial or access or the excess time required to resolve and clear unfavorable security clearance findings. If this is a Fixed-Price contract, denial of access due to security clearance findings shall not be a basis for excusable delay or an increase to the contract amount. The Government will pay for the cost to process the contractor's suitability clearances. However, multiple investigations for the same position may, at the Contracting Officer's discretion, lead to a reduction(s) in the contract price of no more than the cost of the investigation(s). Awardee will be required to submit a Certificate of Liability Insurance within 5 business days following award notification from the Great Plains Indian Health Service.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-16-118/listing.html)
- Place of Performance
- Address: 24276 166th Street, Airport Road, Eagle Butte, South Dakota, 57625, United States
- Zip Code: 57625
- Zip Code: 57625
- Record
- SN04266011-W 20160912/160911162422-d0b82ce07e4dfc7d9fe4f94c7f1c954c (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |