Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 02, 2017 FBO #5853
SOLICITATION NOTICE

60 -- ED Expansion - Fiber Optic Systems Cabling and LAN Equipment - Fee Schedule - Statement of Work - Construction Phasing Plan - Construction Timeline

Notice Date
11/30/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
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
18-245-SOL-00003
 
Archive Date
12/30/2017
 
Point of Contact
Michelle A. James, Phone: 928-871-5841, Priscilla Duncan, Phone: 928.871.1336
 
E-Mail Address
michelle.james@ihs.gov, priscilla.duncan@ihs.gov
(michelle.james@ihs.gov, priscilla.duncan@ihs.gov)
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
GIMC ED Expansion Construction Timeline GIMC ED Expansion Construction Phasing Plan Statement of Work Fee Schedule 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; proposals are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is 18-245-SOL-00003 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective November 06, 2017. This solicitation is a total Indian Small Business Economic Enterprise (ISBEE) set aside, 25 U.S.C. 47. Non-ISBEE officers will not be considered for award. The North American Industry Classification System (NAICS) code for this acquisition is 238210 - Other Electronic and Precision Equipment Repair and Maintenance with a business size standard of $15.0 Million. Fee Schedule: Total Cost shall be all inclusive of labor, travel, per diem, tools, equipment, technical, materials, supplies, and federal/state/local taxes and all other necessary expenses to install Fiber Optic Cabling and LAN Equipment in accordance with the attached Statement of Work. CLIN No. DESCRIPTION TOTAL PRICE 0001 Equipment $ 0002 Miscellaneous Supplies $ 0003 Installation $ 0004 Tax on Labor $ The Navajo Area Indian Health Services, Gallup Indian Medical Center (GIMC), Purchasing Department has a requirement for Fiber Optic Systems cabling and LAN Equipment located at Gallup Indian Medical Center, Gallup, New Mexico. Period of Performance: The necessary work shall be completed within 30 Calendar days after receipt of contract award. Prior to installation, the contractor shall assess the conditions of the area with regards to the available power and any other concerns that need to be addressed prior to installation of a new fiber optic system and LAN Equipment. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract resulting from this solicitation to the 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: 1. Past Performance: a. To demonstrate satisfactory past performance the offeror shall submit two (2) Past performance demonstrating performance of relevant work, to be completed and returned with solicitation. The work to be done by installers who have performed work of this type shall have a minimum of 3 years on jobs of similar scope and size. If offeror has no past performance of this nature, a neutral rating will be given per FAR 15.305(a) (2) (iv). b. A review of past performance will be conducted on this requirement. The quality and delivery classifications identified for a supplier in the Past Performance Information Retrieval System‐‐Statistical Reporting (PPIRS‐SR) application (http://www.ppirs.gov/) will be used by the contracting officer to evaluate a supplier's past performance. In the case of a supplier without a record of relevant past performance history in PPIRS‐SR for the FSC or PSC of the supplies being purchased, the supplier may not be evaluated favorably or unfavorably for its past performance history. 2. Technical Capability: a. Offeror shall provide written documentation of installation of fiber optic cabling service (Narrative describing installation of fiber optic cabling) as specified in the Statement of Work (SOW). b. Offeror shall provide evidence of Personnel and Technical Support, capable of installing fiber optic systems cabling and LAN equipment. c. Offeror shall provide evidence of how installation will be provided within timeframe specified in the SOW. 3. Project Timeline: a. Offeror's shall submit a preliminary schedule in the form of a Gantt chart that shall show project milestones such as design, ordering, delivery, installation and close out. 4. Price: a. Offerors shall complete and submit the fee schedule with their offer and include a total price for the line item. Failure to do so will result in the offer being rejected without further consideration. The Contracting Officer will evaluate each offer's price in accordance with FAR 15.404-1 to determine price reasonableness. In this context, reasonableness will be determined by comparing offered prices to one another, to the Government estimate and to pricing for previous work of a similar nature. Past Performance, Technical Capability, Project Timeline, and Price will be considered significantly more important than cost or price in the selection of award. Cost will be evaluated to assess its realism and probable cost to the Government. The Government will perform a "Best Value analysis" taking into account the result of technical and price evaluation, and the selection for award will be made to the offeror whose proposal is most advantageous to the Government. In the event of a tie, cost or 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. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017) applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive Orders applicable to acquisition of commercial items: 52.204-6, Unique Entity Identifier, Oct 2016 52.204-7, System for Award Management, Oct 2016 52.204-9, Personal Identity Verification of Contractor Personnel, Jan 2011 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 52.222-55, Minimum Wages under Executive Order 13658 (Dec 2015). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). 52.232-18 Availability of Funds (Apr 1984) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.233-2, Service of Protest, Sept 2006 52.236-14 Availability and Use of Utility Service (Apr 1984) The following HHSAR clauses are hereby incorporated in this RFQ: 352.226-1 Indian Preference (December 18, 2015) 352.226-2 Indian Preference Program (December 18, 2015) 352.237-75 Key Personnel (December 18, 2015) The Defense Priorities and Allocations System (DPAS) and assigned rating does not apply to this requirement. All responsible offerors shall submit the following documents NO LATER THAN 3:00 P.M. MST, December 15, 2017: 1. Fee Schedule 2. Contractor's responses to evaluation factors 3. Offerors Representation and Certification - Commercial Items 4. Contractor's Representative Fax submissions are not authorized. Any questions, please contact Michelle James at michelle.james@ihs.gov or Priscilla Duncan at priscilla.duncan@ihs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Navajo/18-245-SOL-00003/listing.html)
 
Place of Performance
Address: 516 E. Nizhoni Blvd, Gallup, New Mexico, 87301, United States
Zip Code: 87301
 
Record
SN04752610-W 20171202/171130231243-915a4da613df6ddf815ad53dfaa92b89 (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  © 1994-2020, Loren Data Corp.