Firm Fixed-Price, Non-Personal Service Type, Commercial Item Purchase Order to provide Boiler Preventative Maintenance Inspections for the Pine Ridge Service Unit (PRSU) IHS Hospital, Pine Ridge, SD. [Base Year Plus Four (4) Option Years]

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
State: South Dakota
Type of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted: Apr 4, 2024
Due: Apr 16, 2024
Solicitation No: RFQ-24-053
Publication URL: To access bid details, please log in.
Follow
Firm Fixed-Price, Non-Personal Service Type, Commercial Item Purchase Order to provide Boiler Preventative Maintenance Inspections for the Pine Ridge Service Unit (PRSU) IHS Hospital, Pine Ridge, SD. [Base Year Plus Four (4) Option Years]
Active
Contract Opportunity
Notice ID
RFQ-24-053
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
GREAT PLAINS AREA INDIAN HEALTH SVC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 04, 2024 04:45 pm CDT
  • Original Date Offers Due: Apr 16, 2024 12:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 01, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: J041 - MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Pine Ridge , SD 57770
    USA
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 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 Purchase Order in response to Request for Quote (RFQ) RFQ-24-053.



C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03, 02/23/2024.



D. This RFQ is issued as “100% Buy Indian/Small Business”; the associated NAICS Code is 238220, with a small business standard of $19.0.



E. The quoted unit pricing must be “all-inclusive” (to include but not be limited to travel, lodging, per diem, fringe benefits, and 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/EQUAL

Complete the attached Price Schedule:

Total Amount of Attached Price Schedule: $: ______________________



F. To provide Boiler Preventative Maintenance.



G. To be provided for the Pine Ridge Service Unit (PRSU), Pine Ridge IHS Hospital, Pine Ridge, South Dakota, 57770. Delivery Location: Pine Ridge IHS Hospital, East Highway 18, Pine Ridge, South Dakota. The period of performance will be a Base + Four (4) Option Years.



H. FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (September 2023).



Quotes shall be submitted on company letterhead stationery, signed, dated and it shall include:



1. Solicitation number RFQ-24-053;

2. Closing Date: April 16, 2024 at 12:00 pm CDT;

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. Price and any discount;

6. “Remit to” address, if different than mailing address;

7. 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);

8. Acknowledgment of Solicitation Amendments (if any issued);

9. Past performance information, when included as an evaluation factor, to include 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);

10. 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.



I. Basis of Award is Lowest Price Technically Acceptable (LPTA). The Government intends to select ONE contractor for award of this effort. The proposals will be initially evaluated by lowest price and if the lowest priced proposal submitted is found to be technically acceptable, no other proposals will be evaluated, and 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/Equal Buy.

• Ability to meet the Delivery Schedule.

• Complete and fill out the Indian Firm Representation Form/Specifications Price Lists for all items.



J. FAR 52.212-3 Offer Representations and Certifications-Commercial Products and Commercial Services (February 2024). 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.



K. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (November 2023). Applied to this acquisition and it’s incorporated by reference.



L. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (February 2024). See attachment for full text.



M. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including below.



N. Offers will be accepted electronically, submit via email to the following:

Great Plains Area Indian Health Service

Attn: David Jones, Contract Specialist

115 4th Ave. SE, Room 309

Aberdeen, SD 57401

Email david.jones@ihs.gov



Questions regarding this solicitation shall be submitted in writing by either email no later than April 10, 2024, 12:00pm CDT.



Contractors will need a UEI number, TIN number, and be registered with the System for Award Management at 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 to the effect that it is firm for a period of 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 no later than the date referenced. All required information must be submitted to be considered responsive and eligible for award.



No contract award shall be made to any vendor or provider listed on the OIG Exclusion List http://exclusions.oig.hhs.gov throughout the contract. It shall be the contractor's responsibility to notify the acquisition official if there is a change in provider.



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.



Please contact the IPP Helpdesk at (866) 973-3131 (M-F 8 AM to 6 PM ET) or IPPCustomerSupport@fiscal.treasury.gov if you require assistance registering or IPP account access.



“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.”



SECURITY CLEARANCE



A security pre-clearance must be performed for employees referred to IHS through this contract.



Fingerprints must be completed and adjudicated before services are performed under this contract.



The performance of this contract will require routine access by the contractor's employees or subcontractors to facilities or systems controlled by the Indian Health Service (IHS). Before starting work requiring routine access to IHS facilities or systems, each person must complete an FBI National Criminal History Check (Fingerprint Check) adjudicated by an IHS employee using the Office of Personnel Management Personnel Investigations Processing System. Contractors shall allow five business days for IHS processing of fingerprints taken electronically at an IHS site and thirty business days for nonelectronic processing of fingerprints using FBI Form FD-258. A list of IHS sites with electronic fingerprint capability is available from the Contracting Officer.



In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if listed on the HHS Office of Inspector General List of Excluded Individuals/Entities (LEIE), http://exclusions.oig.hhs.gov. As soon as practicable before the start of work, the contractor shall provide the contractor's performance of the work to the Contracting Officer with the names of all individuals to be used in the performance of work for screening against the LEIE. During the performance, the contractor shall provide the Contracting Officer with 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 before 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 of processing 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 extra investigation(s).



For employees that DO NOT have access to LMS, contractors, volunteers, or IHS employees with IPAs or MOAs to tribal organizations, please click here on the IHS Sexual Abuse Prevention website. When the contractors have completed and passed the training, please have them send a copy of the last page with Name, Date, and Time to their Supervisor, COR, and Kimmen LeBeau, e-mail: Kimmen.LeBeau@ihs.gov.


Attachments/Links
Contact Information
Contracting Office Address
  • DIVISION OF ACQUISITION MANAGEMENT FEDERAL BLDG 115 4TH AVE SE RM 309
  • ABERDEEN , SD 57401
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 04, 2024 04:45 pm CDTCombined Synopsis/Solicitation (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow 2024 Black Hills Nursing Home Open and Continuous Solicitation 36C26324R0037 Active Contract

Federal Agency

Bid Due: 12/31/2024

Follow Big Bend Depressing Air System Replacement Active Contract Opportunity Notice ID W9128F24R0044

DEPT OF DEFENSE

Bid Due: 5/07/2024

Follow Ross Dry Office Remodel for LBNF/DUNE-US Project Active Contract Opportunity Notice ID

ENERGY, DEPARTMENT OF

Bid Due: 5/03/2024

Follow Firm Fixed Price, Non-Personal Service Contract to provide Pulmonology Services at the

HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Bid Due: 5/20/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.