SOLICITATION NOTICE
23 -- Firm Fixed-Price, Commercial Item Purchase Order to Provide Two (2) UTVs for the Great Plains Area Office of Environmental Health & Engineering (OEHE), Division of Sanitation Facilities Construction (DSFC), Sioux City, IA & Mobridge, SD.
- Notice Date
- 8/8/2024 10:00:03 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 441227
—
- Contracting Office
- GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
- ZIP Code
- 57401
- Solicitation Number
- RFQ-24-085
- Response Due
- 8/19/2024 10:00:00 AM
- Archive Date
- 09/03/2024
- Point of Contact
- David Jones, Phone: 6052267328, Wenda Wright, Phone: 6052267724
- E-Mail Address
-
david.jones@ihs.gov, wenda.wright@ihs.gov
(david.jones@ihs.gov, wenda.wright@ihs.gov)
- Small Business Set-Aside
- BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
- Description
- A. 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, 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; quotes are requested, and a written solicitation will not be issued. B. The Great Plains Area Indian Health Service (IHS) intends to award a Firm-Fixed Price, Commercial Item Purchase Order in response to Request for Quote (RFQ) RFQ-24-085. C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05, 05/22/2024. D. This RFQ is issued as �100% Buy Indian/Small Business.� The associated NAICS Code is 441227, and the Small Business standard is $40.0. E. The quoted unit pricing must be all-inclusive (including, but not 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. * BRAND NAME ONLY Complete the Specification List � � Description� � � � � � � � � � � � � � � � � � � �Qty� � � �Unit Price� � � � � �Amount 1. Ranger SP 570 NorthStar Edition� �+ 2 EA $_____________ $______________ Manufacturer: Polaris; Color Ghost Gray 2. Door Mounted Sideview Mirrors� �+ 2 EA $_____________ $______________ 3. Mid-Size Convex Review Mirror� �+ 2 EA $_____________ $______________ 4. Mid-Size Rear Brush guard� �+ 2 EA $_____________ $______________ 5. SP 570 Rock Guard with Step� �+ 2 EA $_____________ $______________ 6. Mid-Size HWM Polly Rear A-Arm Guards� �+ 2 EA $_____________ $______________ 7. Ranger Strobe Light� �+ 2 EA $_____________ $______________ 8. Sun Visors� �+ 2 EA $_____________ $______________ 9. Mid-Size Floor Mats (Front Only for Crew)� �+ 2 EA $_____________ $______________ 10. Mid-Size Sport/Premium/570 Full-Size Stock Front Tire� �+ 2 EA $_____________ $______________ 11. Mid-Size Sport Full Size Steel Stock Front Rim-Black� �+ 2 EA $_____________ $______________ 12. Rim Valve� �+ 2 EA $_____________ $______________ 13. Install� �+ 2 EA $_____________ $______________ 14. Sioux City Trade-In Value: 2013 Polaris Ranger 500� �- 1 EA $_____________ $______________ VIN #: 4XARH50AXDE653683, Mileage � 1,135, Hours - 269 15. Mobridge Trade-In Value: 2013 Polaris Ranger 500� �- 1 EA $_____________ $______________ VIN #: 4XARH50A1DE653684, Mileage - 1,038, Hours - 178 Total Trade-In Value $____________________________ Grand Total $____________________________ F. To provide Two (2) Utility Task Vehicles (UTVs). G. To be provided for the Great Plains Area Indian Health Service, Office of Environmental Health and Engineering, Aberdeen, South Dakota, 57401. Two (2) Delivery Locations: (1) Indian Health Service � Attn: Tristan Woster, Federal Building � Room 212, 320 6th Street, Sioux City, IA 51101. (2) Indian Health Service, OEHE � Attn: Cody Wolff, 1921 West Grand Crossing, Mobridge, SD 57601. The period of performance will be 180 Days from the Date of Award. H. FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (May 2024). Quotes shall be submitted on company letterhead stationery, signed dated, and they shall include the following: 1. Solicitation number RFQ-24-085. 2. Closing Date: August 19, 2024 at 12:00 pm CDT. 3. Name, address, and telephone number of company and contact person's email address. 4. Provide a technical description of the item/service in sufficient detail to evaluate compliance with the solicitation requirements. This may include product literature or other documents, if necessary. 5. Terms of any express warranty. 6. Price and any discount terms. 7. �Remit to"" address if it is different than the mailing address. 8. A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically). 9. Acknowledgment of Solicitation Amendments (if any issued). 10. When included as an evaluation factor, past performance information includes recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers, and other relevant information). 11. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offerors that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. The Basis of the award is Lowest Price Technically Acceptable (LPTA): The Government intends to select ONE contractor for the award of this effort. The lowest price will initially evaluate the proposals, and if the lowest-priced proposal submitted is found to be technically acceptable, no other proposals will be evaluated, and an award will be made to the lowest-priced, technically acceptable offeror. However, if the offeror's lowest-priced proposal is not found technically acceptable, the next offeror's lowest-priced proposal will be evaluated until the lowest-priced, technically acceptable proposal is found. The Government intends to evaluate offers and award without discussions. The Government reserves the right to ask for clarifications from the lowest?priced offeror being evaluated without approaching other offerors. The Government reserves the right to enter negotiations with the lowest?priced offeror being evaluated without approaching other offerors. � Shall provide the items listed in the Specifications Listings; Brand Name Only � Ability to meet the Delivery Schedule � Complete the Indian Firm Representation Form/Specifications Price Lists for all items I. FAR 52.212-3 Offer Representations and Certifications-Commercial Products and Commercial Services (May 2024) - See attachment for full text. The Offeror shall complete only paragraphs (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. J. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (November 2023) - See attachment; in by reference. K. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (May 2024) - See attachment for full text. L. The Federal Acquisition Regulations (FAR) and Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable, including those below, are attached. M. Offers will be accepted electronically; Submit via e-mail to the following: Great Plains Area Indian Health Service Attn: David Jones, Contract Specialist 115 4th Ave. SE, Room 309 Aberdeen, SD 57401 E-mail: david.jones@ihs.gov Questions regarding this solicitation must be submitted in writing by email by August 13, 2024 by 12:00 p.m. CDT. Contractors will need a Unique Entity ID (UEI) and Taxpayer Identification Number (TIN) and must be registered with www.sam.gov. Acceptance period: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement that it is firm for at least 30 days from the date of receipt by the Government. The quotation must set forth full, accurate, and complete information as required by the Request for Quotation (RFQ) and be returned by the date referenced. All the necessary information must be submitted to be considered responsive and eligible for award. No contract award shall be made to any vendor listed on the OIG Exclusions List at http://exclusions.org.hhs.gov throughout the duration of the contract. It shall be the contractor's responsibility to notify the acquisition official if the provider changes. Invoice Processing Platform (IPP) The Indian Health Service (IHS) is in the process of implementing an electronic invoicing system. 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 8 AM to 6 PM ET) or IPPCustomerSupport@fiscal.treasury.gov. �Should the contractor feel that use of the IPP would be unduly burdensome, their response to this solicitation should include an explanation of this position for a determination by the contracting officer�.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8732777f797541e5b1584d5bf2d1c201/view)
- Place of Performance
- Address: Aberdeen, SD 57401, USA
- Zip Code: 57401
- Country: USA
- Zip Code: 57401
- Record
- SN07162462-F 20240810/240808230120 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |