Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2024 SAM #8157
MODIFICATION

35 -- BUY INDIAN SET ASIDE - WEWOKA INDIAN HEALTH SERVICE LAUNDRY SERVICE

Notice Date
3/26/2024 9:41:39 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
 
ZIP Code
73114
 
Solicitation Number
246-24-Q-0077
 
Response Due
4/5/2024 12:00:00 PM
 
Archive Date
04/20/2024
 
Point of Contact
Mary Ann Yocham, Phone: 4059516043, Fax: 4059513771
 
E-Mail Address
MaryAnn.Yocham@ihs.gov
(MaryAnn.Yocham@ihs.gov)
 
Small Business Set-Aside
BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
 
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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7efbe1a794da4018a2e51dbca34b00e6/view)
 
Place of Performance
Address: Wewoka, OK 74884, USA
Zip Code: 74884
Country: USA
 
Record
SN07008798-F 20240328/240326230041 (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.