BUY INDIAN SET ASIDE - WEWOKA INDIAN HEALTH SERVICE LAUNDRY SERVICE

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
State: Oklahoma
Type of Government: Federal
Category:
  • 35 - Service & Trade Equipment
Posted: Mar 26, 2024
Due: Apr 5, 2024
Solicitation No: 246-24-Q-0077
Publication URL: To access bid details, please log in.
Follow
BUY INDIAN SET ASIDE - WEWOKA INDIAN HEALTH SERVICE LAUNDRY SERVICE
Active
Contract Opportunity
Notice ID
246-24-Q-0077
Related Notice
246-24-Q-0077
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
OK CITY 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: Mar 26, 2024 11:41 am CDT
  • Original Date Offers Due: Apr 05, 2024 02:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 20, 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: 3510 - LAUNDRY AND DRY CLEANING EQUIPMENT
  • NAICS Code:
    • 812320 - Drycleaning and Laundry Services (except Coin-Operated)
  • Place of Performance:
    Wewoka , OK 74884
    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. 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.


Attachments/Links
Contact Information
Contracting Office Address
  • 701 MARKET DRIVE
  • OKLAHOMA CITY , OK 73114
  • 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
* 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.