Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2016 FBO #5411
SOLICITATION NOTICE

H -- Pharmacy and Laboratory Hood Support Agreement - Package #1

Notice Date
9/14/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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-16-097
 
Archive Date
10/1/2016
 
Point of Contact
Susan K. Davis, Phone: 6052267572
 
E-Mail Address
susan.davis2@ihs.gov
(susan.davis2@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Attachments for RFQ Wage Determinations x 5 Clauses Business Associate Agreement Bid Schedule SF 18 Statement of Work and Equipment Listing Combined Synopsis This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR (Federal Acquisition Regulations) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is Request for Quote-16-097. The solicitation document incorporated provisions and clauses are those in effect through FAC (Federal Acquisition Circular) 2005-86. This is a Veteran Owned Small Business Set Aside synopsis/solicitation. NAICS code is 811219 - Other Electronic and Precision Equipment Repair and Maintenance, Small Business Size Standard is $20.5 Million. 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. ***Please see attached scope of work and listing of Equipment to be serviced/inspected/repaired per each Service Unit/Facility*** Contract Line Items: Base Year: Date of Award through September 30, 2017 Base Year Total $___________ Refer to Excel Bid Schedule for Base Year Option Year One (1): October 1, 2017 through October 30, 2018 Option Year One (1) Total $____________ Refer to Excel Bid Schedule for Option Year One (1) Option Year Two (2): October 1, 2018 through September 30, 2019 Option Year Two (2) Total $____________ Refer to Excel Bid Schedule for Option Year Two (2) Option Year Three (3): October 1, 2019 through September 30, 2020 Option Year Three (2) Total $___________ Refer to Excel Bid Schedule for Option Year Three (3) Option Year Four (4): October 1, 2020 through September 30, 2021 Option Year Four (4) Total $___________ Refer to Excel Bid Schedule for Option Year Four (4) Total of Base plus Four (4) Option Years $______________ The Great Plains Area Office is soliciting quotes for a Firm Fixed-Price, Non-Personal Service and Support Agreement to provide comprehensive service for pharmacy and laboratory hood equipment manufactured by various manufacturers located within IHS facilities throughout the Great Plains Area which consists of North Dakota, South Dakota, and Nebraska; The period of performance will be from Date of Award through September 30, 2017 with four 1-year options with performance dates of: October 1, 2017 through September 30, 2018; October 1, 2018 through September 30, 2019; October 1, 2019 through September 30, 2020; and October 1, 2020 to September 30, 2021 respectively. Wage Determinations below are applicable to this solicitation: North Dakota 2005-2407, Rev #17, dated 12/29/2015 South Dakota 2015-2485, Rev #01, dated 02/19/2016 South Dakota 2005-3025, Rev #19, dated 12/29/2015 South Dakota 2015-5367, Rev #01, dated 02/19/2016 Iowa/Nebraska 2005-2325, Rev #17, dated 12/29/2015 INSTRUCTION TO OFFERORS: Quotes must contain the following documents in order to be considered responsive and eligible for an award: Completed Bid Schedule for Base plus Four Option Years Complete 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 Bidder. 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 lowest responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: A. Past Performance Information B. Statement of Capability in performing in accordance with the Statement of Work; C. Proper Certifications to Perform the Work D. Current Liability Insurance E. Price ***Award will be made on "all or none" basis to the "Lowest Price Technically Acceptable" basis with completed responsive criteria*** FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Nov 2015). 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 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. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (May 2015) (Incorporated by Reference; and FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2016). The full text of a clause may be accessed electronically at: https://www.acquisition.gov/?q=browsefar Quotes are due on September 16, 2016 @ 2:00pm CDT/CST. Submit bids to: Great Plains Area Indian Health Service Attn: Susan Davis, Purchasing Agent Federal Building, Room 309 115 4th Avenue Southeast Aberdeen, South Dakota 57401-4381 Telephone: 605/226-7572 Facsimile: 605/226-7669 E-mail: susan.davis2@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).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-16-097/listing.html)
 
Place of Performance
Address: Services shall be performed at various IHS Medical Facilities all throughout the Great Plains Area to include North Dakota, South Dakota, and Nebraska., Contract to be administered at the Great Plains Area Office in Aberdeen, SD;, Aberdeen, South Dakota, 574001, United States
Zip Code: 74001
 
Record
SN04270601-W 20160916/160914234501-b4e1e6d6796d624914af635e3020ad00 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.