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 (Title VIII of the Federal Acquisition Streamlining Act of 1994) (Public Law 103-355). This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.
B. The Great Plains Area Indian Health Service (IHS) intends to award a Firm Fixed-Price, Commercial Item, Purchase Order in response to this Request for Quotes (RFQ) RFQ-23-083, for professional site survey and testing equipment.
C. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02, dated 2/14/2023.
D. This solicitation is advertised as 100% Indian Small Business Economic Enterprise Set-Aside, under 25 U.S.C. § 47, Buy Indian Act. The associated NAICS code is 423490 – Other Professional Equipment and Supplies Merchant wholesalers, small business standard of 150 employees.
E. The “Unit Price” shall be an all-inclusive cost. 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 performance of this contract. Utilize your most competitive and reasonable rates.
Complete the attached Specification/Price Schedule –
Total amount of all items requested: $________________________________
F. To provide various survey equipment for the Great Plains Area Indian Health Service.
G. The period of performance will 60 days ARO, FOB Destination to the following shipping locations:
Quantity to Location (Door-to-Door) (Pierre, SD)
Indian Health Service – Attn: Nicholas Palecek
420 S. Garfield, Suite 200
Pierre, SD 57501
605-224-1644
Quantity to Location (Door-to-Door)
Indian Health Service – Attn: Neil Austin
2050 36th AVE SW, Suite 102
Minot, ND 58701 701-852-0250
Quantity to Location (Door-to-Door)
Indian Health Service – Attn: Amy Volek
115 4th Ave. SE – Room 309
Aberdeen, SD 57401
605-226-7451
Quantity to Location (Door-to-Door)
Indian Health Service – Attn: Corey Sawatzky
3200 Canyon Lake Drive, Suite 2
Rapid City, SD 57702
605-945-5454
Quantity to Location (Door-to-Door)
Indian Health Service – Attn: Kurt Petersen
2301 S. Ellis Rd #106
Sioux Falls, SD 57106
605-906-0697
H. FAR 52.212-1, Instructions to Offerors – Commercial Items (Mar 2023), applies to this acquisition. Offers shall be submitted on company letterhead stationary, signed and dated; it shall include, at a minimum;
- Solicitation number RFQ-23-083;
- Closing Date: May 5, 2023 at 3:00pm CDT;
- 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;
10. 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);
11. 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
Basis of award is Lowest Price, Technically Acceptable “LPTA” factors determining the successful contractor.
I. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Dec 2022), 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 (p) of this provision.
J. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Dec 2022), applies to this acquisition.
K. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial items (Mar 2023) – See attachment for full text.
L. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including below.
M. Offerors are due on May 5, 2023 by 3:00 PM CDT, and can be e-mailed to:
Great Plains Area Indian Health Service
Attn: Erin Doering, Contract Specialist
115 4th Avenue Southeast, Room 309
Aberdeen, SD 57401
Email: Erin.Doering@ihs.gov
Questions in reference to this RFQ shall be submitted to the email address listed above. The last day to submit questions is April 25, 2023 by 10:00 am CDT. 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.
Contractors will need a Unique Entity ID (UEI) number, Tax Identification Number (TIN) and be registered with www.SAM.gov.
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 (OEM’s) 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.
ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 30 days from the date of receipt by the Government.
Quotation must set forth full, accurate and complete information as required by the Request for Quotation (RFQ) and be returned no later than the date reference in Block #10 of the Request for Quotation Form SF-18. All required information must be submitted in order to be considered responsive and eligible for award.
No contract award shall be made to any vendor or provider listed on the OIG Exclusion List http://exclusions.oig.hhs.gov throughout the duration of the contract. It shall be the responsibility of the contractor to notify the acquisition official if there is a change in provider.
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 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.