North Dakota Bids > Bid Detail

Firm Fixed-Price, Non-Personal Service Type, Commercial Item Purchase Order to provide a replacement/upgrade to exterior signage at the Quentin Burdick Memorial Health Care Facility, Belcourt, North Dakota.

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159890012171362
Posted Date: Mar 29, 2024
Due Date: Apr 11, 2024
Solicitation No: RFQ-24-008
Source: https://sam.gov/opp/b1c6924a9c...
Follow
Firm Fixed-Price, Non-Personal Service Type, Commercial Item Purchase Order to provide a replacement/upgrade to exterior signage at the Quentin Burdick Memorial Health Care Facility, Belcourt, North Dakota.
Active
Contract Opportunity
Notice ID
RFQ-24-008
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 (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 28, 2024 06:43 pm CDT
  • Original Published Date: Jan 17, 2024 02:05 pm CST
  • Updated Date Offers Due: Apr 11, 2024 12:00 pm CDT
  • Original Date Offers Due: Jan 25, 2024 12:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 26, 2024
  • Original Inactive Date: Feb 09, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Updated Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S216 - HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT
  • NAICS Code:
    • 339950 - Sign Manufacturing
  • Place of Performance:
    Belcourt , ND 58316
    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; proposals 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-24-008.



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 a “100% Small Business (SB)” solicitation and the associated NAICS Code is 339950 (Sign Manufacturing), which has a small business standard of 500 employees.



E. The quoted unit pricing must be “all inclusive” (to include but not be 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 and reasonable rates.



Complete the attached Specification List.



1. See Attached; Total of Base + Option Line Items 1 thru 6. $:_____________________________



F. To provide a replacement/upgrade to exterior signage at the Quentin N. Burdick Memorial Health Care Facility, Belcourt, ND.



G. See attached Statement of Work. Services will be provided for the Quentin N. Burdick Memorial Health Care Facility, Moonlight Drive Highway 5, Belcourt, North Dakota. The period of performance will be 180 days from Notice to Proceed.



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-24-008;

2. Closing Date: April 11, 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. 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.



NOTE:

OPTIONS: The Government will evaluate the optional CLINs 0004 – 0009 in accordance with FAR Clause 52.217-5 Evaluation of Options. Optional CLINs 0004 – 0009 may or may not be awarded and may be exercised at the time of award OR within 60 days from date of award. The Government may exercise none, one singularly, or a combination of more than one or all options listed above in accordance with FAR Clause 52.217-7 Option for Increased Quantity – Separately Priced Line Item. The Optional CLINs 0004 – 0009 shall include all applicable OH/Profit/taxes/fees/bonding.



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 OrdersCommercial 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 4, 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 listed on the OIG Exclusions List at http://exclusions.org.hhs.gov throughout the duration of the contract.



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 8 AM to 6 PM 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”.



SECURITY CLEARANCE



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



Fingerprints must be completed and adjudicated prior to services being performed under this contract.



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



Performance of this contract will require routine access by employees of the Contractor or its subcontractors to facilities or systems controlled by the Indian Health Service (I.H.S.). Before starting work requiring routine access to I.H.S. facilities or systems each person must complete a FBI National Criminal History Check (Fingerprint Check) adjudicated by an I.H.S. employee using the Office of Personnel Management Personnel Investigations Processing System. Contractors shall allow five business days for I.H.S. processing of fingerprints taken electronically at an I.H.S. site and thirty business days for non-electronic processing of fingerprints using FBI Form FD-258. A list of I.H.S. 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 prior to the start of work, the performance of the work the Contractor shall provide to the Contracting Officer the names of all individuals to be used in performance of work for screening against the LEIE. During the performance, the Contractor shall provide the Contracting Officer 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 I.H.S. is not on the LEIE and can obtain a favorable fingerprint clearance. Each security preclearance shall be conducted sufficiently in advance of 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.



Government will pay for the cost to process the contractor’s suitability clearances. However, multiple investigations for the same position may, at the Contracting Officers discretion, lead to reduction(s) in the contract price of no more than the cost of the extra investigation(s).



Employees that DO NOT have access to LMS, contractors, volunteers, or IHS employees with IPA’s or MOA’s to tribal organizations please, click here IHS Sexual Abuse Prevention website. When the contractors have completed and passed the training, please have them send a copy of the last page of the training 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

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >