2023 John Deere 624L Wheel Loader

Agency:
State: South Dakota
Type of Government: Federal
Category:
  • 38 - Construction, Mining, Excavating, and Highway Mainenance Equipment
Posted: Mar 12, 2024
Due: Apr 12, 2024
Publication URL: To access bid details, please log in.
Follow
2023 John Deere 624L Wheel Loader
Active
Contract Opportunity
Notice ID
CRHC-24-023
Related Notice
CRHC-24-023
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-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Mar 12, 2024 11:00 am MDT
  • Original Date Offers Due: Apr 12, 2024 01:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 27, 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: 3805 - EARTH MOVING AND EXCAVATING EQUIPMENT
  • NAICS Code:
    • 333120 - Construction Machinery Manufacturing
  • Place of Performance:
    Eagle Butte , SD 57625
    USA
Description

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; proposals are being requested and a written solicitation will not be issued.



The Indian Health Service/Cheyenne River Health Center intends to award a Firm Fixed-Price, Commercial Item, Purchase Order in response to CRHC-24-023 for the Cheyenne River Health Center located in Eagle Butte, South Dakota. All orders may be submitted via email to Danielle.chasinghawk@ihs.gov



The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03 Dated 02/23/2024



This is a 100% Buy Indian / Indian Economic Enterprise, Set-Aside and the associated NAICS code is 333120 Construction Machinery Manufacturing, with a Small business Size Standard of 1,250 number of Employees, Product Service Code is 3805 Earth Moving and Excavating Equipment



The quoted “Unit Price” is an all-inclusive cost. All “inclusive cost” is defined to include travel, lodging, per diem, fringe benefits, i.e., life insurance, social security, federal, state, and local taxes, plus all other costs pertinent to the performance of this contract. Utilize your most competitive rates.






    1. Solicitation number CRHC-24-023

    2. Closing Date: April 12, 2024 at 1:00pm MST

    3. Name, address, telephone number of the offeror and email address of the contact person

    4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation.

    5. Terms of any express warranty

    6. Price and any discount terms

    7. “Remit to” address, if different than mailing address. A completed copy of the representations and certifications at FAR 52.212-3

    8. Acknowledgement of Solicitation Amendments, if issued

    9. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration.





BASIS FOR AWARD: Lowest Price Technically Acceptable, Shall provide items listen in the specifications listing: Brand Name or Equal Buy, Ability to meet the delivery schedule, complete, fill out the Indian Firm Representation Form.



The provision at 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (Sept 2023), applies to this acquisition. Quotes shall be submitted on company letterhead stationary, signed and dated; it shall include at a minimum:



Quotes shall also include the following to be considered acceptable.




  1. Price/Cost Schedule. (attached)

  2. Certify they understand and can meet all requirements listed in this Solicitation, Specification Sheet and Attachments.

  3. Name, address, telephone number, email address of the offeror of the contact person.

  4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation

  5. Terms of any express warranty

  6. Completed IEE Buy Indian Certification Form (attached)



FAR 52.212-3 Offeror Representations and Certifications – Commercial Products and Commercial Services (Nov 2023) See attachment for full text and instruction for completion. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via http://www.sam.gov. If an offeror has completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraph (c) through (o) of this provision.



FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (November 2023) Applies to this acquisition. See attachment for Full Text



- See attachment; in by reference



FAR 52.212-5 - Contract Terms & Condition's Required to Implement Statutes or Executive Orders - Commercial Items (December 2023) - See attachment for full text.



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



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



Offerors are due on April 12, 2024 by 1:00 PM MST, and can be emailed to Danielle.chasinghawk@ihs.gov



Questions in reference to this solicitation shall be submitted to the email address listed above. The last day to submit questions is March 29, 2024 at 1:00pm MST. No questions will be answered after this date/time. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective vendors through a solicitation amendment.



Points Of Contacts: Danielle Chasing Hawk, Supervisory Contract Specialist, Danielle.ChasingHawk@ihg.gov, 605/964-0605 or Kolbi Haskell, Purchasing Agent, Kolbi.haskell@ihs.gov 605/964-1565



Contractor will need a UEI number, TIN number, and be active & registered in SAM at www.sam.gov.



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 8AM to 6PM 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.





For all IT, Telecommunication, Equipment Buys:



The Contractor must provide only new equipment and new parts for the required products described herein; no used, refurbished, or remanufactured equipment or parts shall be provided under any circumstances. Absolutely no Gray Market Goods or Counterfeit Electronic Parts shall be provided. Gray Market Goods are defined as genuine branded goods intentionally or unintentionally sold outside of an authorized sales-territory or by non-authorized dealers in an authorized territory. All equipment shall be accompanied by the Original Equipment Manufacturers (OEMs) warranty. Counterfeit Electronic Parts are defined as unlawful or unauthorized reproduction, substitution, or alteration that has been knowingly mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified electronic part from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitution includes used electronic parts represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics.




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
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

...be included. The duration for this effort is for 365 days from date ...

DEPT OF DEFENSE

Bid Due: 5/07/2024

...Classification Original Set Aside: Product Service Code: Y1AA - CONSTRUCTION OF OFFICE BUILDINGS ...

ENERGY, DEPARTMENT OF

Bid Due: 5/03/2024

...NAICS Code: 237990 - Other Heavy and Civil Engineering Construction Place of Performance: ...

Federal Agency

Bid Due: 6/05/2024

...Original Set Aside: Product Service Code: Y1FA - CONSTRUCTION OF FAMILY HOUSING FACILITIES ...

Federal Agency

Bid Due: 4/30/2024

* 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.