IEE Set-Aside, Firm-Fixed Price, Purchase Order, for Chariot floor Scrubbers/Sweepers, for the Cheyenne River Health Center, Eagle Butte, SD

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
State: South Dakota
Type of Government: Federal
Category:
  • 79 - Cleaning Equipment and Supplies
Posted: Apr 12, 2024
Due: May 12, 2024
Solicitation No: CRHC24-024
Publication URL: To access bid details, please log in.
Follow
IEE Set-Aside, Firm-Fixed Price, Purchase Order, for Chariot floor Scrubbers/Sweepers, for the Cheyenne River Health Center, Eagle Butte, SD
Active
Contract Opportunity
Notice ID
CRHC24-024
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-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Apr 12, 2024 11:25 am MDT
  • Original Date Offers Due: May 12, 2024 01:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 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: 7910 - FLOOR POLISHERS AND VACUUM CLEANING EQUIPMENT
  • NAICS Code:
    • 339994 - Broom, Brush, and Mop Manufacturing
  • Place of Performance:
    Eagle Butte , SD 57625
    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) & FAR 37.4, Non-Personal Health Care Services Contract (10 U.S.C. 2304 and 41 U.S.C 253). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

B. The Indian Health Service/Cheyenne River Health Center intends to award a Firm Fixed-Price, Non-Personal Service Contract to provide Scrubber/Sweepers for the Environmental Services Department at the Cheyenne River Health Center located in Eagle Butte, South Dakota. All orders may be submitted via email to Jordyn.Brown@ihs.gov

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

D. This is an “100% Indian Economic Enterprise Set-Aside” and the associated NAICS code is 339994 – Broom, Brush, and Map Manufacturing with a small business Size Standard of 750 employees, Product Services Code, 7910 – Floor Polishers and Vacuum Cleaning Equipment.

E. The unit price must be all inclusive (to include but not 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 reasonable rates.

See Attached Pricing/Cost Schedule.

F. Description of Supplies: Include, Scrubber/Sweepers, required by the attached Specification Sheet for the Cheyenne River Health Center, Eagle Butte, South Dakota.

G. 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 stationery, signed and dated; it shall include, at a minimum;

a. Solicitation number CRHC-24-024

b. Closing Date: May 12, 2024 at 1:00pm MST

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

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

e. Terms of any express warranty

f. Price and any discount terms

g. “Remit to” address, if different than mailing address

h. A completed copy of the representations and certifications at FAR 52.212-3

i. Acknowledgement of Solicitation Amendments, if issued

j. 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, point of contact with telephone numbers and other relevant information); and

k. 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 of award is Lowest Price, Technically Acceptable, “LPTA” bid package. All of the above is required in order to be technically acceptable.

The clause 52.212-2. Evaluation – Commercial Services and Commercial Products (Nov 2021) applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror on which offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.

H. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (Feb 2024), with its offer. The offeror shall complete only paragraphs (b) of the provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov

I. The clause at 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Nov 2023), applies to this acquisition. See attachment for Full Text.

J. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders (Feb 2024) – See attachment for Full Text.

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

L. Submit proposal to:

Cheyenne River Health Center

Attn: Jordyn Brown

24276 166th Street, Airport Road

PO Box 1012

Eagle Butte, SD 57625

Email:Jordyn.Brown@ihs.gov

Questions in reference to this solicitation shall be submitted to the email address listed above. The last day to submit questions is April 26, 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.

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.


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 12, 2024 11:25 am MDTCombined 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 Firm Fixed-Price, Non-Personal Service Type, Commercial Item Purchase Order to provide Duct... ...

HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Bid Due: 5/23/2024

* 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.