SOLICITATION NOTICE
S -- MAT AND LAUNDRY SERVICES - CLINTON OK - SCHEDULE - WAGE DETERMINATION - STATEMENT OF WORK
- Notice Date
- 9/14/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812320
— Drycleaning and Laundry Services (except Coin-Operated)
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
- ZIP Code
- 73114
- Solicitation Number
- 246-16-Q-0054
- Archive Date
- 10/15/2016
- Point of Contact
- Edson Yellowfish, Phone: 405-951-3888
- E-Mail Address
-
edson.yellowfish@ihs.gov
(edson.yellowfish@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SOW FOR CLINTON REQUIREMENT WAGE DETERMINATION SCHEDULE FOR CLIN'S OF CLINTON REQUIREMENT This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation is issued as Request for Quotes (RFQ) #246-16-Q-0054. This procurement is a 100% small business set-aside under NAICS code 812320 with a standard business size of $5.5 million. Contractor shall provide a firm-fixed rate for a one year period of service, and an option to extend one (1) year. Contract line item numbers, quantities, description of requirements, date and place of delivery are submitted in attachments. Estimated start date is September 30 2016. The closing date for receipt of quotes is September 21 at 4:30 pm. Offers shall be submitted to the Oklahoma Area Indian Health Service, 701 Market Drive, Oklahoma City, Oklahoma 73114, no later than 4:30 p.m., on September 21 2016. The offer must be submitted in a sealed envelope, addressed to this office, showing the solicitation number, and your name and address. Please do not email RFQ's. Qualified vendors will review the following and submit applicable information. No phone inquiries! STATEMENT OF WORK - LAUNDRY AND MAT SERVICES See attached CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. The provisions of 52.212-1, Instructions to Offerors-Commercial Items (Oct 2015), applies to this acquisition. In addition to the information required in FAR 52.212-1, Contractors shall provide the following: 1)registration in the System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/); 2) two past performance appraisals including contract name, phone number, contract number, and brief description of project; 3) pricing for laundry and mat services as outlined in Statement of Work; 4) Proof of accreditation by Healthcare Laundry Accreditation Council (HLAC). The provisions of 52.212-2, Evaluation - Commercial Items (Oct 2014) applies to this acquisition. The Government intends to award one from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Price; (2) Qualifications; (3) Past Performance. Provisions of 52.212-3, Offeror Representations and Certifications-Commercial Items (Jul 2016) indicate certifications in ORCA at https://orca@bpn,gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 System for Award Management (July 2013), 52.204-9 Personal Identity Verification of Contractor Personnel (Sept 2007), 52.223-6 Drug-free Workplace (May 2001), 352.224-70 Confidentiality of Information (April 1984), 352.270-17 Crime Control Act-Reporting of Child Abuse (Jan 2006) and 352.270-18 Crime Control Act-Requirement for Background Checks (Jan 2006). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Jun 2016) applies to this acquisition. The following clauses apply: 52.203-6, Restriction on Subcontractor Sales to the Government (Sept. 2006); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 352-270-18 Crime Control Act-Requirement for Background Checks (Jan 2006). EVALUATION CRITERIA The due date for this requirement is September 21 2016 4:30 PM CT. THE INDIAN HEALTH SERVICE WILL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO RESPOND TO THESE EVALUATION CRITERIA AS FOLLOWS: A) registration in the System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/. Please note that all parties interested in doing business with the Indian Health Services must be registered in the SAM database. B) Propose and provide an all-inclusive rate for services in accordance with attachment schedule. C) Two past performance appraisals D) Proof of accreditation by HLAC
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-16-Q-0054/listing.html)
- Place of Performance
- Address: CLINTON SERVICE UNIT, 10321 N. 2274 ROAD, CLINTON, Oklahoma, 73601, United States
- Zip Code: 73601
- Zip Code: 73601
- Record
- SN04271254-W 20160916/160914235054-4cfd61b125130cd91fc8bcd77a133666 (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 |