Firm Fixed Price, Commercial, Blanket Purchase Arrangement for various gasses / filters for the Cheyenne River Health Center in Eagle Butte, SD

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
State: South Dakota
Type of Government: Federal
FSC Category:
  • 68 - Chemicals and Chemical Products
NAICS Category:
  • 325120 - Industrial Gas Manufacturing
Set Aside: Total Small Business Set-Aside (FAR 19.5)
Posted Date: Mar 26, 2024
Due Date: Apr 26, 2024
Solicitation No: CRHC-24-021
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Firm Fixed Price, Commercial, Blanket Purchase Arrangement for various gasses / filters for the Cheyenne River Health Center in Eagle Butte, SD
Active
Contract Opportunity
Notice ID
CRHC-24-021
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 (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Mar 26, 2024 04:15 pm MDT
  • Original Date Offers Due: Apr 26, 2024 01:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 11, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6835 - MEDICAL GASES
  • NAICS Code:
    • 325120 - Industrial Gas Manufacturing
  • Place of Performance:
    Eagle Butte , SD 57625
    USA
Description

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, Blanket Purchase Arrangement (BPA) in response to Request for Quote (RFQ) RFQ-24-021.



C. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03, dated 02/23/2024



D. This RFQ is issued as 100% Small Business Set-Aside and the associated NAICS code is 325120 – Industrial Gas Manufacturing, with a small business size standard of 1,000 Employees.



E. This will be a Blanket Purchase Agreement (BPA) and will NOT obligate any funds. Funds will be obligated prior to starting performance through the issuance of a BPA Call. Orders may be submitted electronically, facsimile, or hard copy.



F. The quoted pricing must be “all inclusive” (to include but not 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 supply list. Period of Performance Base Year: 06/01/2024 through 05/31/2025



1st OY: 06/01/2025 through 05/31/2026



2nd OY: 06/01/2026 through 05/31/2027



3rd OY: 06/01/2027 through 05/31/2028



4th OY: 06/01/2028 through 05/31/2029



G. To provide on an as needed basis.



H. Supplies will be provided for the Cheyenne River Health Center in Eagle Butte, S.D. The anticipated period of performance will be June 1, 2024 through May 31, 2025 with four (4) one (1) year options.



I. FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (Sep 2023).



Quotes shall be submitted on company letterhead stationary, signed, dated and it shall include:






    1. Solicitation Number RFQ-24-021

    2. Closing Date: April 26, 2024 at 1:00pm MST

    3. Name, address, and telephone number of company and email address of contact person.

    4. Terms of any express warranty

    5. Price and discount terms

    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. Acknowledgement of Solicitation Amendments (if any issued)

    9. A statement specifying the extent of the agreement with all terms, 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.







J. Basis of award is Lowest Price, Technically Acceptable “LPTA” offer. The Government will not use the formal source selection procedures described in FAR Part 15. The Government will evaluate quotations utilizing the procedures of FAR 13.1062 Evaluation of quotations or offers. Offers will be evaluated for acceptability, but not ranked using the non-price factors/sub-factors. All non-price factors and sub-factors will be rated as either “acceptable” or “unacceptable”. The Government intends to evaluate and make award without discussion with the offerors other than minor clarifications, unless discussions are determined to be necessary. A decision on the technical acceptability of each offeror’s quotations will be made. For those offeror’s which are determined to be technically acceptable, award will be made to that vendor(s) with the lowest overall prices. The LPTA evaluation process will be accomplished as follows – Technically Acceptability will be comprised of three subfactors: 1. Meeting all areas under the “Statement of Work”, Delivery Schedule 2. Past Performance; 3. Price






    1. Ability to meet the Delivery Schedule (Once or Twice Weekly / as needed basis)

    2. Past Performance: The offeror shall provide a list of contracts under which they have performed same or similar services to this RFQ requirement within the last three (3) years. The Government shall assess the offeror’s ability to perform the effort described in the Request for Quote (RFQ). The assessment process will result in an overall technical rating of Acceptable / Non Acceptable or Neutral/Unknown. Offerors with no relevant past or present performance history shall receive the rating “neutral or unknown”, meaning the rating is treated neither favorably nor unfavorably.

    3. Price: The Pricing Schedule must be completed for all line items and will be evaluated as to completeness and reasonableness. The offeror(s) with the lowest technically acceptable price represents the best value for the Government.







K. FAR 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (Feb 2024). See attachment for full text. The Offeror shall complete only paragraphs (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.





L. FAR 52.212-4 Contract Terms and Conditions – Commercial Products and Commercial Services (Nov 2023) See Attachment; in by reference



M. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Products and Commercial Services (Feb 2024). See attachment for full text



N. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including below.



O. Offers will be acceptable electronically , submit via email to the following:



Cheyenne River Health Center



Attn: Danielle Chasing Hawk, Supervisory Contract Specialist 24276 166th Street, Airport Road



PO Box 1012



Eagle Butte, SD 57625



Email: Danielle.chasinghawk@ihs.gov



Questions in reference to this solicitation shall be submitted to the email address listed above. The last day to submit questions is April 12, 2024 at 1:00pm MST. No questions will be answered after this date/time. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective vendors through a solicitation amendment.



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 8AM to 6PM 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.



The Contractor must provide only new equipment and new parts for the required products described herein; no used, refurbished, or remanufactured equipment or parts shall be provided under any circumstances. Absolutely no Gray Market Goods or Counterfeit Electronic Parts shall be provided. Gray Market Goods are defined as genuine branded goods intentionally or unintentionally sold outside of an authorized sales-territory or by non-authorized dealers in an authorized territory. All equipment shall be accompanied by the Original Equipment Manufacturers (OEMs) warranty. Counterfeit Electronic Parts are defined as unlawful or unauthorized reproduction, substitution, or alteration that has been knowingly mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified electronic part from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitution includes used electronic parts represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics.




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
  • Mar 26, 2024 04:15 pm MDTCombined Synopsis/Solicitation (Original)

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now