Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
SOLICITATION NOTICE

65 -- Optical Fabrication of Spectacles and Spectacle Repair Services - RFQ

Notice Date
8/8/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339115 — Ophthalmic Goods 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-17-119
 
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
Forms to Complete Attachments Clauses and Provisions SOW SF-18 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; bids are being requested and a written solicitation will not be issued. The solicitation number is Request for Quote-17-119. The solicitation document incorporated provisions and clauses are those in effect through FAC (Federal Acquisition Circular) 2005-95. This is an Open-Market solicitation. NAICS code is 339115 - Ophthalmic Goods Manufacturing, Small Business Size Standard is 1,000 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 Item: Base Year: September 13, 2017 through September 12, 2018 1. Optical Fabrication of Spectacles and Spectacle Repair Services Option Year One (1): September 13, 2018 through September 12, 2019 2. Optical Fabrication of Spectacles and Spectacle Repair Services Option Year Two (2): September 13, 2019 through September 12, 2020 3. Optical Fabrication of Spectacles and Spectacle Repair Services Option Year Three (3): September 13, 2020 through September 12, 2021 4. Optical Fabrication of Spectacles and Spectacle Repair Services Option Year Four (4): September 13, 2021 through September 12, 2022 5. Optical Fabrication of Spectacles and Spectacle Repair Services The Great Plains Area Office is soliciting quotes for a Firm Fixed-Price, BPA (Blanket Purchase Agreement) for Optical Fabrication of Spectacles and Spectacle Repair Services for the Standing Rock IHS Hospital, Fort Yates, ND 58538. Refer to the SF-18 for description The period of performance will be September 13, 2017 -September 12, 2018 with 4 one-year options with performance dates of September 13, 2018 -September 12, 2019; September 13, 2019 -September 12, 2020; September 13, 2020 -September 12, 2021; and September 13, 2021 -September 12, 2022 respectively. The following Wage Determination is applicable to this solicitation: Wage Determination No. 2015-5379, Revision No. 3, dated 08/03/2017. INSTRUCTION TO QUOTERS : Quote must contain the following documents in order to be considered responsive and eligible for an award: 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 (Jan 2017). This information must be submitted by the Quoter. See Section L for full text. See Section M for Past Performance Questionnaire Form. FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014). The Government will award a contract resulting from this solicitation to the 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: Past Performance Price Reasonableness (3%-5% variance in comparison with other quotes) Delivery Order Process 1. Standing Rock Service Unit will issue an RFQ (Request for Quote) to all BPAs in effect at the time of solicitation. 2. Upon receipt of quotes, Standing Rock Service Unit will evaluate quotes in accordance with the following criteria: a. Price b. Delivery Schedule The Government anticipates issuing multiple BPAs (Blanket Purchase Agreement) awards from this solicitation. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Jan 2017). 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 (Jan 2017) (Incorporated by Reference; and FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2017). The full text of a clause may be accessed electronically at: https://www.acquisition.gov/?q=browsefar Quotes are due on August 18, 2017 @2:00pm CDT/CST. Submit bids 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 : The quoter is hereby notified that they must be registered in the System for Award Management (SAM) before the Government will issue an award. (You may do this by going to www.sam.gov to register. You are required to update this registration every year prior to the expiration date.) 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-17-119/listing.html)
 
Place of Performance
Address: N10 River Road, Fort Yates, North Dakota, 58538, United States
Zip Code: 58538
 
Record
SN04616900-W 20170810/170808231556-53d74e4e17d64c4df08b82265f1e526d (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.