BUY INDIAN SET ASIDE - WEWOKA INDIAN HEALTH SERVICE LAUNDRY SERVICE

expired opportunity(Expired)
From: Federal Government(Federal)
246-24-Q-0077

Basic Details

started - 26 Mar, 2024 (1 month ago)

Start Date

26 Mar, 2024 (1 month ago)
due - 05 Apr, 2024 (23 days ago)

Due Date

05 Apr, 2024 (23 days ago)
Bid Notification

Type

Bid Notification
246-24-Q-0077

Identifier

246-24-Q-0077
HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Customer / Agency

HEALTH AND HUMAN SERVICES, DEPARTMENT OF (26939)INDIAN HEALTH SERVICE (8547)OK CITY AREA INDIAN HEALTH SVC (890)
[object Object]

SetAside

BICiv(Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a combined synopsis/solicitation for commercial items prepared in accordance withthe format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented withadditional information included in this notice. This announcement constitutes the onlysolicitation; quotes are being requested in response to this notice and a written solicitationwill 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% BUYINDIAN SET ASIDE. This solicitation document and incorporated provisions and clausesare those in effect through Federal Acquisition Circular 2024-03. The associated NAICScode is 812320.This RFQ contains five (5) Line Items:CLIN DESCRIPTION ITEMSBase 05/14/2024 – 05/13/2025 150 pounds per weekOption Year 1 05/14/2025 – 05/13/2026 150 pounds per weekOption Year 2 05/14/2026 – 05/13/2027 150 pounds per weekOption Year 3 05/14/2027 – 05/13/2028 150 pounds per weekOption
Year 4 05/14/2028 – 05/13/2029 150 pounds per weekPERIOD OF PERFORMANCE: 05/14/2024 – 05/13/2029The estimated value of the Purchase Order is $121,000.00 over 5 yearsVendor Requirements: SEE ATTACHED SPECIFICATIONSSubmit 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 theresponsible offeror whose offer conforming to the solicitation will be most advantageous to theGovernment, with price and other factors considered equally. The following factors shall be usedto evaluate offers:Best Value (see criteria below)Pricing- Pricing will be evaluated by adding the Base Year and the option years together fora comprehensive price. Evaluation of options shall not obligate the Government toexercise the option(s).Location- Vendor shall have the ability to provide weekly pickup on Mondays between thehours of 8:00 a.m. – 4:30 p.m.Past History PerformanceCombined Synopsis/Solicitation RFQ # 246-24-Q-0077Sanitation Process- Vendor shall have the ability to sanitize the laundry in 150 and 160 degreesFahrenheit 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 FORMSANITATION PROCESSVENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT DESCRIPTITVE LITERATURESHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEINGSOLICITEDThis 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 allinclusive.PROVISIONS: The following FAR provisions apply to this solicitation:FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representationsand Certifications- Commercial Items (the offeror should include a completed copy of thisprovision 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 orExecutive Orders-Commercial Products and Commercial Services (Dec 2023) (to include thefollowing clauses sited): FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023);FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun2020); 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 SmallBusiness Set-Aside (Nov 2020); FAR 52.219-14, Limitations on Subcontracting (Oct 2022); FAR52.219-28, 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 andRemedies (Nov 2023); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR52.222-26, Equal Opportunity (Sep 2016); FAR 52.222-36, Equal Opportunity for Workers withDisabilities (Jun 2020); FAR 52.223-15, Energy Efficiency in Energy-Consuming Products (May2020); FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving (Jun2020); 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 theService 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 ExtendServices (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); HHSAR352.222-70, 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; HHSARCombined Synopsis/Solicitation RFQ # 246-24-Q-0077352.226-5, Notice of Indian Economic Enterprise set-aside; HHSAR 352.226-6, Indian EconomicEnterprise Subcontracting Limitations; HHSAR 352.226-7, Indian Economic EnterpriseRepresentation; HHSAR 352.232-71, Electronic Submission of Payment Requests; HHSAR352.239-78, Information and Communication Technology Accessibility Notice (Feb 2024); HHSAR352.239-79, Information and Communication Technology Accessibility (Feb 2024). The aboveProvisions and Clauses may be obtained via internet at https://www.acquisition.gov/And https://www.acquisition.gov/hhsarMiscellaneous:NO FAX QUOTATIONSELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLEELECTRONIC SUBMISSION. (maryann.yocham@ihs.gov)All contractors must be registered in the System for Award Management database locatedat https://www.sam.gov/sam/ prior to any contract award. Please submit the followinginformation with each quote: Vendor Name, Cage Code, UEI, Tax Identification Number,Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quoteexpires, warranty, total price for each line item, total quote price, and technicaldocumentation in sufficient detail to determine technical acceptability. Failure to providesufficient technical detail may result in rejection of your quote.

Wewoka ,
 OK  74884  USALocation

Place Of Performance : N/A

Country : United StatesState : OklahomaCity : Lima

Office Address : 701 MARKET DRIVE OKLAHOMA CITY , OK 73114 USA

Country : United StatesState : OklahomaCity : Oklahoma City

Classification

naicsCode 812320Drycleaning and Laundry Services (except Coin-Operated)
pscCode 3510Laundry and Dry Cleaning Equipment