Agency: | HEALTH AND HUMAN SERVICES, DEPARTMENT OF |
---|---|
State: | Oklahoma |
Type of Government: | Federal |
Category: |
|
Posted: | Mar 26, 2024 |
Due: | Apr 5, 2024 |
Solicitation No: | 246-24-Q-0077 |
Publication URL: | To access bid details, please log in. |
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).
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 in response to this notice and a written solicitation
will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ) # 246-
24-Q-0077. Submit only written quotes for this RFQ. This solicitation is a 100% BUY
INDIAN SET ASIDE. This solicitation document and incorporated provisions and clauses
are those in effect through Federal Acquisition Circular 2024-03. The associated NAICS
code is 812320.
This RFQ contains five (5) Line Items:
CLIN DESCRIPTION ITEMS
Base 05/14/2024 – 05/13/2025 150 pounds per week
Option Year 1 05/14/2025 – 05/13/2026 150 pounds per week
Option Year 2 05/14/2026 – 05/13/2027 150 pounds per week
Option Year 3 05/14/2027 – 05/13/2028 150 pounds per week
Option Year 4 05/14/2028 – 05/13/2029 150 pounds per week
PERIOD OF PERFORMANCE: 05/14/2024 – 05/13/2029
The estimated value of the Purchase Order is $121,000.00 over 5 years
Vendor Requirements: SEE ATTACHED SPECIFICATIONS
Submit Quotes no later than: 04/05/2024 02:00p.m. CDT to the Following Point of Contact:
Mary Ann Yocham, Contract Specialist, via Email: maryann.yocham@ihs.gov.
Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (completed as follows):
(a) The Government will award a firm fixed price BPA resulting from this solicitation to the
responsible offeror whose offer conforming to the solicitation will be most advantageous to the
Government, with price and other factors considered equally. The following factors shall be used
to evaluate offers:
Best Value (see criteria below)
Pricing
- Pricing will be evaluated by adding the Base Year and the option years together for
a comprehensive price. Evaluation of options shall not obligate the Government to
exercise the option(s).
Location
- Vendor shall have the ability to provide weekly pickup on Mondays between the
hours of 8:00 a.m. – 4:30 p.m.
Past History Performance
Combined Synopsis/Solicitation RFQ # 246-24-Q-0077
Sanitation Process
- Vendor shall have the ability to sanitize the laundry in 150 and 160 degrees
Fahrenheit of water or use a chemical process of the aqueous Ozone smart laundry.
VENDORS SHALL SUBMIT THE FOLLOWING:
COMPLETED PRICE SCHEDULE (TO INCLUDE OUT YEARS)
COMPLETED INDIAN ECONOMIC ENTERPRISE FORM
SANITATION PROCESS
VENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT DESCRIPTITVE LITERATURE
SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING
SOLICITED
This solicitation will result in a firm fixed price BPA pursuant to the terms and conditions below.
Terms and conditions other than those stated will not be accepted. The above pricing is all
inclusive.
PROVISIONS: The following FAR provisions apply to this solicitation:
FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations
and Certifications- Commercial Items (the offeror should include a completed copy of this
provision with their quote).
CLAUSES: The following FAR clauses apply to this solicitation:
FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services
(Nov 2023); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or
Executive Orders-Commercial Products and Commercial Services (Dec 2023) (to include the
following clauses sited): FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023);
FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun
2020); FAR 52.204-27. Prohibition on a ByteDance Covered Application (Jun 2023); FAR 52.209-
6, Protecting the Government's Interest When Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment (Nov 2021); FAR 52.219-6, Notice of Total Small
Business Set-Aside (Nov 2020); FAR 52.219-14, Limitations on Subcontracting (Oct 2022); FAR
52.219-28, Post Award Small Business Program Representation (Sep 2023); FAR 52.222-3,
Convict Labor (Jun 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and
Remedies (Nov 2023); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR
52.222-26, Equal Opportunity (Sep 2016); FAR 52.222-36, Equal Opportunity for Workers with
Disabilities (Jun 2020); FAR 52.223-15, Energy Efficiency in Energy-Consuming Products (May
2020); FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving (Jun
2020); FAR 52.225-13, Restriction on Certain Foreign Purchases (Feb 2021); FAR 52.232-33,
Payment by Electronic Funds Transfer- System for Award Management (Oct 2018); FAR 52.232-
36, Payments by Third Party (May 2014); FAR 52.222-53, Exemption from Application of the
Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014);
FAR 52.252-2, Clause Incorporated by Reference (Feb 1998); FAR 52.217-8, Option to Extend
Services (Nov 1999); FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000);
HHSAR 352.204-73, Contractor Personnel Security and Agency Access (Feb 2024); HHSAR
352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015);
HHSAR 352.223-70, Safety and Health; HHSAR 352.226-1, Indian Preference (Dec 2015);
HHSAR 352.226-4, Notice of Indian Small Business Economic Enterprise Set-Aside; HHSAR
Combined Synopsis/Solicitation RFQ # 246-24-Q-0077
352.226-5, Notice of Indian Economic Enterprise set-aside; HHSAR 352.226-6, Indian Economic
Enterprise Subcontracting Limitations; HHSAR 352.226-7, Indian Economic Enterprise
Representation; HHSAR 352.232-71, Electronic Submission of Payment Requests; HHSAR
352.239-78, Information and Communication Technology Accessibility Notice (Feb 2024); HHSAR
352.239-79, Information and Communication Technology Accessibility (Feb 2024). The above
Provisions and Clauses may be obtained via internet at https://www.acquisition.gov/
And https://www.acquisition.gov/hhsar
Miscellaneous:
NO FAX QUOTATIONS
ELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE
ELECTRONIC SUBMISSION. (maryann.yocham@ihs.gov)
All contractors must be registered in the System for Award Management database located
at https://www.sam.gov/sam/ prior to any contract award. Please submit the following
information with each quote: Vendor Name, Cage Code, UEI, Tax Identification Number,
Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote
expires, warranty, total price for each line item, total quote price, and technical
documentation in sufficient detail to determine technical acceptability. Failure to provide
sufficient technical detail may result in rejection of your quote.
With GovernmentContracts, you can: