Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
SOLICITATION NOTICE

S -- Rug and Dust Mop Services - RFQ-18-119

Notice Date
7/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
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-18-119
 
Archive Date
7/31/2018
 
Point of Contact
Wenda L Wright, Phone: 6052267724
 
E-Mail Address
wenda.wright@ihs.gov
(wenda.wright@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
18-119-1 RFQ-18-119 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. This announcement constitutes the only solicitation; quotes are being 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, Non-Personal Service Type, Commercial Item, Indefinite Delivery, Indefinite Quantity (ID/IQ) Contract in response to Request for Quote (RFQ) RFQ-18-119. C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. D. This RFQ is issued as unrestricted and the associated NAICS Code is 812332, which has a small business standard of $38.5. E. 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. See attached Price Schedule 1. Base Year: August 1, 2018 thru July 31, 2019: 52 weeks @ $_________per week, totaling $___________. 2. Option Year 1: August 1, 2019 thru July 31, 2020: 52 weeks @ $_________per week, totaling $___________. 3. Option Year 2: August 1, 2020 thru July 31, 2021: 52 weeks @ $_________per week, totaling $___________. 4. Option Year 3: August 1, 2021 thru July 31, 2022: 52 weeks @ $_________per week, totaling $___________. 5. Option Year 4: August 1, 2022 thru July 31, 2023: 52 weeks @ $_________per week, totaling $___________. F. To obtain Rug and Dust Mop Services. G. Services will be provided at the Standing Rock IHS Service Unit and the Cannonball Clinic, 10 S. River Road, Fort Yates, North Dakota, 58538. The period of performance will be August 1, 2018 thru July 31, 2023. H. FAR 52.212-1 Instructions to Offerors-Commercial Items (January 2017). Quotes shall be submitted on company letterhead stationery, signed, dated and it shall include: 1. Solicitation number RFQ-18-119. 2. Closing Date: July 16, 2018 at 4:30 pm CST 3. Name, address and telephone number of company and email address of contact person. 4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. 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 different than 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. Resume stating ability to meet qualifications and the requirements of the Statement of Work 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. In addition, Contractors shall provide the following in order to be considered technically acceptable: • Copy of applicators Certification Card or Certificate. • Proof of Liability Insurance. • Material Safety Data Sheet (MSDS) for all chemicals to be used showing approved use in commercial or institutional medical facilities. I. FAR 52.212-3 Offer Representations and Certifications-Commercial Items (November 2017) 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 Item (January 2017) - See attachment; in by reference. K. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (January 2018) - See attachment for full text. L. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including below. M. Offers will be accepted electronically, Submit via e-mail to the following: Great Plains Area Indian Health Service Attn: Wenda Wright, Contract Specialist 115 4th Ave. SE, Room 309 Aberdeen, SD 57401 Or fax to 605-226-7669 or email wenda.wright@ihs.gov Basis of award is Lowest Price, Technically Acceptable "LPTA" bid package. All of the above is required in order to be considered technically acceptable. Any questions, please submit by July 13 by 12:00 pm CST. Contractors will need a DUNS number, TIN number, and be registered with www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-18-119/listing.html)
 
Place of Performance
Address: 10 S. River Road, Fort Yates, North Dakota, 58538, United States
Zip Code: 58538
 
Record
SN04986501-W 20180713/180711230830-495d6de9488502192d60da81d407c84c (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.