Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2023 SAM #8030
SOLICITATION NOTICE

91 -- IEE Set-Aside, Firm Fixed Price, Purchase Order, Propane, for the Cheyenne River Health Center, Eagle Butte, SD

Notice Date
11/20/2023 8:10:33 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
221210 — Natural Gas Distribution
 
Contracting Office
GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
 
ZIP Code
57401
 
Solicitation Number
CRHC24-008
 
Response Due
12/5/2023 12:00:00 PM
 
Archive Date
12/20/2023
 
Point of Contact
Kolbi Haskell, Phone: 6059641565, Fax: 6059647737, Danielle Chasing Hawk, Phone: 6059640605, Fax: 6059647737
 
E-Mail Address
Kolbi.Haskell@ihs.gov, danielle.chasinghawk@ihs.gov
(Kolbi.Haskell@ihs.gov, danielle.chasinghawk@ihs.gov)
 
Small Business Set-Aside
BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
 
Description
(i) a. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice, FAR Part 12, Acquisition of Commercial Items. This announcement constitutes the only solicitation; bids 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, Commercial Item, Purchase Order in response to this Request For Quotes(RFQ).. (ii) This solicitation is being issued under solicitation number CRHC24-008. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06, dated 05/26/2022 (iv) This RFQ is issued as 100% Indian Small Business Economic Enterprise Set-Aside, under 25 U.S.C. � 47, Buy Indian Act. The associated NAICS code is 221210 � Natural Gas Distribution, 1,150 employees. (v) The quoted unit price must be all inclusive.� All �inclusive cost� is defined to include, but not limited to travel, lodging, per diem, benefits, fuel, freight etc., plus all other costs pertinent to the delivery/performance of this purchase order.� The period of performance will be 12 months ARO.� Line Item 1) 37,000 gallons of Propane x $_____per gallon = $___________ (vi) Description of Supply:� 37,000 gallons of propane to be delivered to the Cheyenne River Health Center per the Statement of Work. (vii) The period of performance 12 months ARO. (viii) The provision at 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services (Sep 2023), applies to this acquisition.� Offers� �shall be submitted on company letterhead stationery, signed and dated; it shall include, at a minimum; Solicitation number CRHC24-008; Closing Date: December 5, 2023 at 1:00pm MST; Name, address, telephone number of the offeror and email address of the contact person; Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation;� Terms of any express warranty; Price and any discount terms; �Remit to� address, if different than mailing address; 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); Acknowledgement of Solicitation Amendments, if issued; Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items/service and other references(including contract numbers, points of contract with telephone numbers and other relevant information); 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 (ix) The clause at�52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021), applies to this acquisition.� The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.� The Government will award a contract resulting from this solicitation to the best value in consideration of the government.� The following factors shall be used to evaluate offers:� The basis for award will be based on �Lowest Price Technically Acceptable� (LPTA). �LPTA Factors in determining the successful contractor. -Provide item listed. -Meet Delivery Schedule (x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (Nov �2023), with its offer. �The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through�https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision. (xi) The clause at 52.212-4, Contract Terms and Conditions � Commercial Products and Commercial Services (Nov 2023), applies to this acquisition.� (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (Nov 2023) � See attachment for full text. (xiii) Any additional contract requirement(s) or terms and conditions are determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices (i.e. warranty requirements, HHSAR, etc..) are attached. (xiv) N/A (xv) Offerors are due on December 5, 2023 at 1:00pm MST, and can be mailed, e-mailed (Kolbi.Haskell@ihs.gov), or Fax to: 605-964-7737. �Offeror must confirm the receipt of the proposal by IHS. Questions in reference to this solicitation shall be submitted to the email address listed above. (xvi) Point Of Contacts:� Kolbi Haskell, Purchasing Agent, Kolbi.Haskell@ihs.gov, 605-964-1565, or Danielle Chasing Hawk, Contracting Officer, Danielle.ChasingHawk@ihg.gov, 605-964-0605 (xvii) Contractor will need a DUNS number, TIN number, and be active & registered in SAM at www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6f9ce3e9d9224e7fbe13eb22149d9e7e/view)
 
Place of Performance
Address: Eagle Butte, SD 57625, USA
Zip Code: 57625
Country: USA
 
Record
SN06890755-F 20231122/231120230052 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.