Janitorial Supplies and Chemical Cleaning Supplies, IHS, Colorado River Service Unit

expired opportunity(Expired)
From: Federal Government(Federal)
RFQ-22-PHX-015

Basic Details

started - 21 Apr, 2022 (about 2 years ago)

Start Date

21 Apr, 2022 (about 2 years ago)
due - 18 May, 2022 (23 months ago)

Due Date

18 May, 2022 (23 months ago)
Bid Notification

Type

Bid Notification
RFQ-22-PHX-015

Identifier

RFQ-22-PHX-015
HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Customer / Agency

HEALTH AND HUMAN SERVICES, DEPARTMENT OF (26939)INDIAN HEALTH SERVICE (8547)PHOENIX AREA INDIAN HEALTH SVC (1013)
[object Object]

SetAside

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

Amendment 1:Question and Answers1. What are the delivery dates for goods to be delivered?Delivery of janitorial and chemical cleaning supplies are required with 14 days after receipt of order (ARO) or sooner. We have added a statement for delivery in BPA Terms and Conditions and Scope of Work, see attachment C – BPA Terms and Conditions Amend-1 and B – SOW Amend-1. 2. All other RFQ terms and conditions shall remain unchanged. Janitorial and Chemical Cleaning SuppliesIndian Health Service (IHS), Phoenix Area Office (PAO), Department of Acquisition Management (DAM) Place of Performance: Colorado River Service Unit, Parker, AZ (i)    This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 and FAR 13.303 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued.  The Government
will award one Firm-Fixed Price Blanket Purchase Agreement (BPA) resulting from this combined synopsis/solicitation to the responsible offeror whose offer is conforming to the RFQ solicitation.  Lowest price technically acceptable (LPTA) source selection will be used where best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price.  (ii)    Solicitation number is #RFQ-22-PHX-015 and is issued as a Request for Quotation (RFQ). (iii)    This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04, Effective 01/30/2022. (iv)    This requirement is restricted to Indian Small Business Economic Enterprises (ISBEE) or Native Owned Small Business and the associated NAICS Code is 325998 with size standard of 500 employees and 325612 with size standard of 750 employees.   Buy Indian Act:The IHS Contracting Officer will give priority for all purchases, regardless of dollar value, by utilizing ISBEE set-aside to the maximum extent possible. Each acquisition of supplies, services or construction that is subject to commercial items (FAR 12.209) or Simplified Acquisition Procedures (SAP) (FAR 13.106) must be set-aside exclusively for ISBEEs.Definition(s):INDIAN ECONOMIC ENTERPRISE (IEE) - Any business activity owned by one or more Indians, Federally Recognized Indian Tribes, or Alaska Native Corporations provided that:    The combined Indian, Federally Recognized Indian Tribe or Alaska Native Corporation ownership of the enterprise constitutes not less than 51%;    The Indian, Federal Recognized Indian Tribes, or Alaska Native Corporations must, together, receive at least 51% of the earnings from the contract; and    The management and daily business operations must be controlled by one or more individuals who are Indians.    Definition: INDIAN SMALL BUSINESS ECONOMIC ENTERPRISE (ISBEE) – An IEE that is also a small business concern established in accordance with the criteria and size standards of 13 CFR Part 121.(v)    The Contract Line Items (CLINs) are listed on Price Schedule.  Offers shall enter all prices for all the CLINS on the Price Schedule.  Not providing prices for all CLINS items shall make your offer non-responsive to the solicitation. See Attachment A - Price Schedule. (vi)    The Indian Health Service (IHS), Phoenix Area Office (PAO), Department of Acquisition Management (DAM) intends to procure for Janitorial and Chemical Cleaning Supplies for the Facility Department at the Colorado River Service Unit located in Parker, AZ. (vii)    Delivery and acceptance terms for this contract award is FOB Destination. Delivery Address: Colorado River Service Unit, 12033 Agency Road, Parker, AZ 85344, Attention: Arlin BillyDelivery of supplies are 10 days or sooner After Receipt of Order.(viii)    Addendum to FAR 52.212-1, Instructions to Offerors – Commercial Items (Oct 2018). 1.    Adherence to Instructions: Offers, including all required documents, must be submitted to the Contact Specialist, Donovan Conley, to Donovan Conley@ihs.gov.  Please reference section “ADDENDUM to FAR 52.212-2 - Evaluations - Commercial Items” for additional information about Evaluation factors for this solicitation.  Documents must be properly executed and submitted not later than the close of business of the offer due date which is May 18, 2022 at 4:00 PM MST.  No questions will be taken after May 18, 2022 11:00 AM MST.  Only electronic offers will be accepted and emailed to Donovan.Conley@ihs.gov.  Any submission of offers after the closing date of the May 18, 2022 at 4:01 PM PST will not be accepted for consideration. 2.    Exceptions to Terms and Conditions: Offerors must clearly identify any exception to solicitation terms and conditions and provide accompanying rationale.3.    Registration in System For Award Management (SAM): In order to be eligible for contract award offerors must be registered in SAM at https://www.sam.gov.  Offeror shall provide DUNS and TIN number on attachment C – BPA Terms and Conditions on page 9, paragraph 21, section 4.a. 4.    Quotation Preparations Instructions for Evaluation Factors: Offeror shall provide information as instructed in section (ix) Addendum to FAR 15.212-2, Evaluation – Commercial Items. (ix)    Addendum to FAR 52.212-2, Evaluation – Commercial Item (Oct 2014).a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation as follows:Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors (Lowest Price Technically Acceptable, FAR 15.101-2). All evaluation factors, except price, are evaluated on a Acceptable/Unacceptable basis.  The following factors shall be used to evaluate offers: Factor 1 – Technical (Acceptable/Unacceptable)Factor 2 – Past Performance (Acceptable/Unacceptable)Factor 3 – Price(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.METHOD OF AWARD: This acquisition will utilize Lowest Price Technically Acceptable (LPTA) source selection procedures. This is a competitive LPTA best value source selection in which technically acceptable is considered the most important factor.  By submission of its offer, the Offeror accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements.  Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale.In order for an Offeror to be considered for award, the proposal must receive a “Acceptable” rating in every non-price factor/sub-factor.  Any proposal receiving a rating of “Unacceptable” rating in any non-price factor will not be further evaluated. The Government intends to award one (1) BPA for this RFQ notice.For the purpose of award, the government shall evaluate offers based on the evaluation factors described below:    Factor 1 – Technical (Acceptable/Unacceptable)         Sub-Factor 1.A: Indian Small Business Economic Enterprises (ISBEE) or Native     Owned Small Business (Acceptable/Unacceptable)                 Sub-Factor 1.B: Management Approach (Acceptable/Unacceptable)Factor 2 – Past Performance (Acceptable/Unacceptable)Factor 3 – PriceEvaluation Factors instructions: Factor 1 – Technical: Sub-Factor 1.A: Indian Indian Small Business Economic Enterprises (ISBEE) or Native Owned Small Business (Acceptable/Unacceptable).  Offeror shall be ISBEE or Native Owned Small Business in accordance with Buy Indian Act. Buy Indian Act:The IHS Contracting Officer will give priority for all purchases, regardless of dollar value, by utilizing ISBEE set-aside to the maximum extent possible. Each acquisition of supplies, services or construction that is subject to commercial items (FAR 12.209) or Simplified Acquisition Procedures (SAP) (FAR 13.106) must be set-aside exclusively for ISBEEs.Definition(s):INDIAN ECONOMIC ENTERPRISE (IEE) - Any business activity owned by one or more Indians, Federally Recognized Indian Tribes, or Alaska Native Corporations provided that:    The combined Indian, Federally Recognized Indian Tribe or Alaska Native Corporation ownership of the enterprise constitutes not less than 51%;    The Indian, Federal Recognized Indian Tribes, or Alaska Native Corporations must, together, receive at least 51% of the earnings from the contract; and    The management and daily business operations must be controlled by one or more individuals who are Indians.Definition: INDIAN SMALL BUSINESS ECONOMIC ENTERPRISE (ISBEE) – An IEE that is also a small business concern established in accordance with the criteria and size standards of 13 CFR Part 121.Sub-Factor 1.B: Management Approach (Acceptable/Unacceptable).  Offeror shall provide Management Approach in accordance with Attachment B – SOW Janitorial and Chemical Cleaning Supplies.  Factor 2 – Past Performance: Offerors are required to furnish one to three current, or recently completed Federal, State, local government, or private contracts under which you have provided the same or similar services required in this solicitation within the last five (5) years.  Provide contact name, date of performance, and point of contact, telephone number, fax number and e-mail address.   Past performance will be reviewed to assure that the offeror has relevant and successful performance history. Contractor shall notify all references that have been provided to the IHS for their solicitation and respond within 1 business day of email or telephone contact by the Service Unit.Past Performance reference format:       Company Name:___________________________________Address:__________________________________________Contact Name:_____________________________________Contact Telephone No:_______________________________E-mail Address:_____________________________________Supplies Provided:___________________________________Award Date:______________________________________Award Amount: Base Year/Year 1:_________, Option Year 1/Year 2: ____________   Option Year 2/Year 3: $__________, Option Year 3/Year 4: $______________  Option Year 4/Year 5: $__________,  Total Award Amount: $______________ The Government may rely on internal documentation including the Federal Awardee Performance and Integrity Information System (FAPIIS) Past Performance Information Retrieval System (PPIRS) and contracting officer's knowledge of and previous experience with supply or service being acquired for determining Past Performance, if no record of past performance is found in FAPIIS or PPIRS, the contractor shall not receive a favorable or unfavorable rating, but shall receive a rating of neutral.Factor 3 – Price:The Contractor shall provide unit prices for the all categories for a Custom and Over the Counter Foot and Ankle Orthotic supplies.The Government will evaluate the quote to determine the price fair and reasonableness in accordance with FAR 13.106-3.  Offer must be good for 120 calendar days after submission.FOB Destination CONUS (Continental U.S.).  Shipping charges shall be included in the purchase cost of the product.  Sellers shall deliver the products on their own conveyance to the location listed on the award. If you have any questions concerning the Price Schedule you can email me at Donovan.Conley@ihs.gov. (x)    Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 2018), with its offer.Provisions: FAR 52.216-1   Type of Contract (Apr 1984), The Government contemplates award of a Firm-Fixed Price award resulting from this solicitation. FAR 52.216-7 Single Award (Oct 1995), The Government will elect to award a single Blanket Purchase Agreement (BPA). (xi)    FAR 52.212-4 Contract Terms and Conditions – Commercial Items (Oct 2018) applies to this acquisition. Addendum to FAR 52.212-4 (g) Invoices. 1.    Invoices:  Invoices shall be submitted in ARREARS:a.    Quarterly    [   ]b.    Semi-Annually    [   ]c.    Other [X] After shipment of order(s).  2.    Government Invoice Address:  All invoices from the contractor shall be submitted electronically. Invoicing/Billing:  Contractor shall establish a recordkeeping system of contractor services provided. Contractor may only bill for purchase of equipment provided to the IHS.  At the end of all item shipped, the contractor will submit an invoice for payment.Invoice Requirements and Supporting Documentation:  Supporting documentation and invoices must be submitted after product has been shipped out.  Changes or corrections shall be submitted by separate invoice. In addition to information required for submission of a “proper” invoice in accordance with FAR 52.212-4 (g) all invoices must include:    Name and address of Contractor    Invoice Date    Contract Number    Date of Supply Order    CLIN-Number:     Provide Part Number, Description, Unit of Issue, Unit Price, and Total Price    FOB Destination, Shipping Cost Included in Price of Product     Grand Total PriceElectronic Invoicing:  All invoices are to be submitted by email to PHXAOAP-Team@ihs.gov.        Phoenix Area Office Indian Health Service40 N. Central Ave., 2 Renaissance SquareSuite 512, Financial Management BranchPhoenix, AZ 85044-4424The contractor shall accept payment for lease or purchase and services rendered under this contract as payment in full.  The Contractor shall not bill, charge, collect a deposit from, seek compensation, remuneration, or reimbursement from, or have any recourse against, any person or entity other than the IHS for lease or purchase and services provided pursuant to this contract.  It shall be considered fraudulent for the Contractor to bill other third parties for services rendered under this contract.  This provision shall survive the termination or ending of the contract.       (xii)    FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Jan 2020), see attachment Clauses and Administrative Data. (xiii)    Additional attachment for this commercial solicitation.  Attachments: 1.    Combined Synopsis-Solicitation 2.    Attachment A – Price Schedule3.    Attachment B – SOW Janitorial and Chemical Cleaning Supplies4.    Attachment C – BPA Terms and Conditions5.    Attachment D – 2022 Tax Exemption Letter        (xiv)    n/a                                                                                                                                                             (xv)    RFQs are due by 4:00 PM MST on May 18, 2022. Email the RFQ offers to Donovan.Conley@ihs.gov.  Questions are due before May 18, 2022 at 11:00 AM MST.  Offeror must confirm IHS receipt of their offer(s).   You are reminded that representatives from your company SHALL NOT contact any Indian Health Service employees to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to Donovan Conley Contract Administrator.  (xvi)    Contract Administrator is Donovan Conley, Contracting Specialist, Donvan.Conley@ihs.gov            

Parker ,
 AZ  85344  USALocation

Place Of Performance : N/A

Country : United StatesState : ArizonaCity : Parker

You may also like

Please Sign In to see more like these.

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

Classification

naicsCode 325998All Other Miscellaneous Chemical Product and Preparation Manufacturing
pscCode 7930Cleaning and Polishing Compounds and Preparations