The RFP Database
New business relationships start here

SFSU - Janitorial & Chemical Cleaning Supplies


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

(i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

(ii) This Request for Quotation (RFQ) is being issued via solicitation number 19-242-SOL-00006.


(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitions Circular 2005-98.


(iv) Pursuant to the authority under FAR 19.5, this requirement is a Small Business Indian Firms set-aside but if it is found there is no Small Business Indian Firms (veteran owned, veteran-owned disabled, woman owned, etc.) then with this same solicitation will consider any Small business once the determination has been made regarding the Small Business Indian Firms set-aside and the associated NAICS code is 423850 with small business standard of 100.


(v) The Contract Line Items (CLIN) and pricing structure are as shown below:
CLIN0001: Janitorial & Chemical Cleaning Supplies (Top 100 Items)


(vi) Fee Schedule: Brand Name or Equal to Janitorial & Chemical Cleaning Supplies will be purchased.


SEE ATTACHMENT (Fee Schedule)

(vii) The purpose of this fixed price purchase order is to procure Brand Name or Equal to Janitorial & Chemical Cleaning Supplies with the following specifications:


The Vendor shall provide Janitorial & Chemical Cleaning Supplies. Industrial grade cleaning supplies
and chemicals is required to perform duties and maintain infection control for the Santa Fe Service
Unit, Cochiti Health Clinic and Santa Clara Health Center.


SCOPE OF WORK:
The Santa Fe Service Unit requires a variety of Janitorial & Chemical Cleaning Supplies that are purchased by the cases and boxes for performing duties and maintaining infection control for the Santa Fe Service Unit, Cochiti Health Clinic and Santa Clara Health Center.


1. The Contractor shall provide a Customer Service Representative assigned to the account to assist in providing information on product description, product ordering and coordinating delivery arrangements.


2. The Contractor shall ensure expiration dates of at least 1 year beyond the time of shipping on all chemical supplies.


3. The Contractor shall responsible to provide confirmation number and expected delivery date at time of order.


4. The Contractor shall provide the ability to return incorrect items within 2 weeks of being notified of the error and credited for those items or a replacement within 30 days of items being returned.


5. The Contractor shall properly address the packages noting attention to the specific ordering department labeled on the package and/or packaging list.


6. The Contractor shall provide Santa Fe Service Unit a comprehensive electronic report of product usage to include date of purchase, cost delivery location, date/time of delivery and an itemized description of the supplies purchased including the quantity and price of all items that are easily understandable and formatted.


7. The Contractor shall provide a past performance contact information sheet.


8. The Chemical Cleaning Supplies shall require a Material Safety Data Sheet (MSDS).


DELIVERY/SHIPPING REQUIREMENTS:
1. The vendor shall provide real time tracking information on vehicles carrying ordered supplies.


2. Deliveries are received within General Services Department, Monday through Friday, between the hours of 9:00 am - 4:30 pm. (Excluding Federal Holidays)


3. Deliveries will be inspected at the time of delivery and contractor notified immediately of any damages.


The Janitorial & Chemical Cleaning Supplies shall be delivered to the following location:
Santa Fe Service Unit
1700 Cerrillos Road
Santa Fe, NM 87505
(505) 946-9508


If delivery falls on Christmas or New Year's Day, delivery will occur on the day before or after the holiday.


PERIOD OF PERFORNMANCE:
The period of performance is a Base Period of (12) months with four (4), twelve (12) month Option Years, unless the period is extended by modification to this contract. The Government may exercise options to extend the period of performance in accordance with FAR Clause 52.217-9, Option to Extend the Term of the Contract (MAR 2000); upon written notification by the Contracting Officer within 30 days of the contract expiration.


The period of performance shall be as follows:
Base Year: TBD, 2018 through TBD, 2019
Option Year One: TBD, 2019 through TBD, 2020
Option Year Two: TBD, 2020 through TBD, 2021
Option Year Three: TBD, 2021 through TBD, 2022
Option Year Four: TBD, 2022 through TBD, 2023

CONTRACTING OFFICER'S REPRESENTATIVE:
The vendor shall verify all deliveries with the COR:
Geraldine Nieto, Housekeeping Supervisor
1700 Cerrillos Road
Santa Fe, NM 87505
(505) 946-9508


(viii) The delivery and acceptance terms for this order are Origin, 5 days or next scheduled delivery after Receipt of Award.


(ix) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Aug 2018), applies to this acquisition. Quotes shall be submitted on company letterhead stationery, signed and dated, it shall include the following:
1. Solicitation number.
2. Name, address, telephone number of the offeror and email address of the contact person.
3. Technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation.
4. Completed Pricing Information and discount terms if applicable.
5. A completed copy of the representations and certifications at FAR 52.212-3.
6. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.


(x) The provision at 52.212-2, Evaluation - Commercial Items (October 2014), applies to this solicitation.
a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical Capability (specifications) and (ii) Price; All technical factors other than price, when combined, are more important than 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.


(xi) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2018), with its offer. The offeror shall complete only paragraph (b) of the provision of 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/portal .


(xii) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), applies to this acquisition. The following addendum applies: E-Mail Addresses for submission of invoices are patricia.trujillo@ihs.gov and alb_aoapinvoices@ihs.gov. Invoice shall be submitted once delivery has been completed.


(xiii) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Item (Aug 2018), and the additional FAR clauses cited in the clauses are applicable to the acquisition.


(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).
(2) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).


(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
(2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509))
(3) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)).
(4) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r))
(5) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)).
(6) 52.222-3, Convict Labor (June 2003) (E.O. 11755)
(7) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126)
(8) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(9) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246)
(10) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627)
(11) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b)
(12) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513)
(13) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83).
(14) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332)
(15) 52.242-5, Payments to Small Business Subcontractors (Jan 2017)(15 U.S.C. 637(d)(12)).


(xiv) The following additional contract requirement(s) and terms and conditions are determined by the contracting officer to be necessary for this acquisition consistent with customary commercial practices:
a) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) & 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) applies to the RFQ. This solicitation incorporates solicitation provisions and clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.acquisition.gov/far/.


1) FAR 52.217-8, Option to Extend Services (Nov 1999)
2) FAR 52.236-12, Cleaning Up (Apr 1984)


b) The following HHSAR clauses are incorporated to this RFQ:
1) 352.211-3, Paperwork Reduction Act (DEC 2015)
2) 352.226-1, Indian Preference (DEC 2015)
3) 352.226-2, Indian Preference Program (DEC 2015)
4) 352.227-70, Publications and Publicity (DEC 2015)


(xv) N/A


(xvi) Proposals are due by 4:00 pm MDT on October 25, 2018, e-mails the proposals to patricia.trujillo@ihs.gov. Questions are due on October 20, 2018 by 4:00 pm MDT. Offer must confirm the receipt of the proposal by IHS.


(xvii) Technical Contact is Geraldine Nieto at geraldine.nieto@ihs.gov. Contact for solicitation is Patricia Trujillo at patricia.trujillo@ihs.gov.


Patricia Trujillo, Contract Specialist, Phone 505-256-6754, Fax 505-256-6848, Email patricia.trujillo@ihs.gov - Judith A. Mariano, Contract Specialist, Phone 505-256-6753, Fax 505-256-6848, Email judith.mariano@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP