The RFP Database
New business relationships start here

Custom Street Signs/Stop Signs


South Dakota, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

(i) 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) (P.L. 103-355) & FAR 37.4, Non-personal Health Care Services Contract (10 U.S.C. 2304 and 41 U.S.C. 253). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
b. The IHS/Cheyenne River Health Center intends to award a firm fixed-price, commercial, Purchase Order, in response to Request for Quote CRHC-19-28.

(ii) This Request for Quotation (RFQ) is being issued via solicitation number CRHC-19-28.

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05, dated 08/13/2019

(iv) This RFQ is issued as a 100% Small Business, set-aside and the associated NAICS code is 339950, with a Small Business size standard of 500 employees or less. Non-Small Business offerors will not be considered for the award.

(v) The "Unit Price" is an all-inclusive cost. All "inclusive cost" is defined to include, but not limited to travel, lodging, per diem, benefits, fuel, etc..., plus all other costs pertinent to the performance of this purchase order. The CLINs (Contract Line Items) structure is as shown in the attached specification sheet.

(vi) Description of Supplies: Custom made Street Signs & Stop Signs, to include posts and hardware, as described in the specification sheet, for the Government Housing Area located on the campus of the IHS/Cheyenne River Health Center, Eagle Butte, South Dakota.

(vii) The period of performance will be 90 days from date of award. Delivery and acceptance terms for this purchase order are FOB Origin. Shipment address is: Cheyenne River Health Center, 24276 166th Street, Airport Road, Eagle Butte, South Dakota 57625.

(viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Oct 2018), applies to this acquisition. Quotes shall be submitted on company letterhead stationary, signed and dated; it shall include, at a minimum;

1. Solicitation number CRHC-19-28
2. Closing Date: August 29, 2019 at 2:00pm MST
3. Name, address, telephone number of the offeror and email address of the contact person
4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation.
5. Terms of any express warranty
6. Price and any discount terms
7. "Remit to" address, if different than mailing address
8. A completed copy of the representations and certifications at FAR 52.212-3
9. Acknowledgement of Solicitation Amendments, if issued
10. 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.

(ix) 52.212-2 Evaluation - Commercial Items, The government will award a purchase order resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award shall be made to the Lowest Price Technically Acceptable "LPTA" offer. The following factors shall be used to evaluate offers:

-Ability to meet or exceed the requirements/specifications.
-Price Evaluation
-Award will be made on an "all-or-non" basis to the lowest responsive and responsible quoter.

(x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 2018), with its offer. The offeror shall complete only paragraphs (b) of the provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov

(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), applies to this acquisition.

(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items (May 2019) - See attachment for full text.

(xiii) Any additional contract requirement(s) or terms and conditions are determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices (i.e. warranty requirements and Indian Firm Representation Form) are attached.


(xiv) N/A


(xv) Questions are due on August 26, 2019 by 2:00 PM MST. Email questions to jessica.haskell@ihs.gov


Proposals are due by 2:00 PM MST on August 29, 2019. Email: Jessica. Haskell@ihs.gov. Fax: 605-964-7737. Offeror must confirm the receipt of the proposal by IHS.

(xvi) Point Of Contacts: Jessica Haskell, Purchasing Agent, 605-964-0693, Jessica.Haskell@ihs.gov, Stephanie Red Elk, Purchasing Agent, Stephanie.RedElk@ihs.gov, 605-964-0507, or Danielle Chasing Hawk, Contracting Officer, Danielle.ChasingHawk@ihs.gov, 605-964-0693.

(xvii) Contract will need a DUNS number, TIN number, and be active & registered in SAM at www.sam.gov.


 


Jessica R Haskell, Purchasing Agent, Phone 6059640693, Email jessica.haskell@ihs.gov - Stephanie Charger, Purchasing Agent, Phone 605-964-0507, Fax 605-964-7737, Email stephanie.redelk@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP