SOLICITATION NOTICE
J -- On-Site Annual Inspection Services - RFP: 17-245-SOL-00002
- Notice Date
- 11/4/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541350
— Building Inspection Services
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Navajo Area Office, PO Box 9020, Window Rock, Arizona, 86515
- ZIP Code
- 86515
- Solicitation Number
- 17-245-SOL-00002
- Archive Date
- 12/17/2016
- Point of Contact
- Maxine O. Dineyazhe, Phone: 928/871-1386, Margaret J. Shirley, Phone: 928-871-5899
- E-Mail Address
-
maxine.dineyazhe@ihs.gov, margaret.shirley@ihs.gov
(maxine.dineyazhe@ihs.gov, margaret.shirley@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- RFP: 17-245-SOL-00002 On-Site Annual Boiler Inspection Services This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, 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. Navajo Area Indian Health Service (NAIHS), Division of Facility Management is requiring the services of a contractor to provide On-Site Boiler Inspection services for various medical facilities under the jurisdiction of NAIHS. The associated RFP No.: is 17-245-SOL-00002 which contain the listing of medical facilities to be covered under this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89-2 dated November 1, 2016. This requirement is solicited as a "100% Total Small Business Set-Aside" in accordance with CFR 15 U.S.C. The associated North American Industry Classification System code is 541350 and the small business size standard is $7.5M in dollars. See Section B-2, pages 4-6, section titled: Fee Schedule of the solicitation for the fee schedule proposed for this requirement, this section also lists the types of boilers to be serviced. Description: The Contractor shall provide on-site boiler inspection services for boilers located at various NAIHS medical facilities (as listed on pages 4 & 5. The on-site boiler inspections shall be performed in accordance with the National Board of Boiler and Pressure Vessel Inspectors (NBBPVI) standards and the National Board Commissioned Inspectors (NBCI) codes. The provision at 52.212-1: Instructions to Offerors-Commercial Items, applies to this acquisition and a statement regarding any addenda to the provision. The provision at 52.212-2: Evaluation-Commercial Items, applies to this solicitation, and the Government will award a contract result from the solicitation to the responsive and responsible offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following evaluation factors will be used to evaluate offers: • Past Performance • Understanding and Compliance with Requirements • Qualifications Evaluation factors will receive paramount consideration in the selection for award. The Government will use a "Best Value Continuum" approach and the selection for award will be made to the offeror whose proposal is most advantageous to the Government. If a tie should occur with the Evaluation Factors, then price will be the tie breaker. Offerors shall include a completed copy of the provision at 52.212-3: Offeror, Representations and Certifications-Commercial Items with its offer. Clause at FAR 52.212-5: Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. Additional contract requirements or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are located in Section C: Contract Clauses, of this solicitation. This solicitation is issued on a "100% Total Small Business Set-Aside" basis. Responses will be considered until the official closing date of: December 02, 2016. The name and telephone number of the individual to contact for information regarding this solicitation: Maxine Dineyazhe, Contract Specialist 928/871-1386 Email: maxine.dineyazhe@ihs.gov Alternate: Margaret Shirley, Contract Specialist 98/871-5899 Primary Point of Contact: Maxine O. Dineyazhe Contracting Officer maxine.dineyazhe@ihs.gov Phone: 928/871-1386 Fax: 928/871-1477
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Navajo/17-245-SOL-00002/listing.html)
- Place of Performance
- Address: Navajo Area Indian Health Service Medical Facilities, United States
- Record
- SN04320592-W 20161106/161104233659-4327d1e3de572d26df4834f50725254b (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 |