The RFP Database
New business relationships start here

McLaughlin Laundry Services


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

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

The Great Plains Area Indian Health Service intends to award a Firm-Fixed Price, Non-Personal Service, Indefinite Delivery, Indefinite Quantity (IDIQ) Contract in response to Request for Quotes;


The solicitation number is Request for Quote-19-022. The solicitation document incorporated provisions and clauses are those in effect through FAC (Federal Acquisition Circular) 2005-101.


This is a Small Business Set-Aside solicitation. NAICS code is 812332 - Industrial Launderers; Small Business Size Standard is $38.5 Million.


The unit pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state, and local taxes) plus all other costs pertinent to the performance of this contract. Utilize your most competitive and reasonable rates.



Period of Performance - Please see Price Schedule below for Dates;



Base Year: April 1, 2019 to March 31, 2020;                          $___________;



Opt Yr #1: April 1, 2020 to March 31, 2020;                          $___________;



Opt Yr #2: April 1, 2021 to March 31, 2021;                         $___________;



Opt Yr #3: April 1, 2022 to March 31, 2022;                          $___________;



Opt Yr #4: April 1, 2019 to March 31, 2019;                          $___________;


 


Base plus Four Year Total $_______________



The following Wage Determination is applicable to this solicitation:
Wage Determination No. 2015-5377, Revision No. 8, Dated 7/03/2018.
Services to be provided at the McLaughlin IHS Clinic and the IHS Dental Clinic in McLaughlin, SD along with two IHS Field Stations located in Wakpala, SD and the Bullhead Clinic in Bullhead, SD:



INSTRUCTION TO OFFERORS: Quote must contain the following documents in order to be considered responsive and eligible for an award:


1.    Signed & Completed SF18
2.    Instruction to Offerors.
3.    Past Performance Questionnaire.



Completion of the attached FAR and HHSAR (Health and Human Services Acquisition Regulations) provisions and clauses applicable to this acquisition, including:


FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2016). This information must be submitted by the Offeror. See Section L for full text. See Section M for Past Performance Form.


FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014).
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. Award shall be made to the Lowest Price, Technically Acceptable offer. The following factors shall be used to evaluate offers:


A.    Items 1-3 listed under Instructions to Offerors.


Awards will be made to the lowest responsive and responsible offeror(s).


FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Dec 2016).
This must be completed by the Offeror. See attachment for full text. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (q) of this provision.


FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (May 2015) (Incorporated by Reference); and


FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2017).


The full text of a clause may be accessed electronically at: https://www.acquisition.gov/?q=browsefar


Quote(s) are due on March 28, 2019 @1:00pm CDT/CST. Submit quote(s) to:
Great Plains Area Indian Health Service
Attn: Susan K. Davis, Contract Specialist
Federal Building, Room 309
115 4th Avenue Southeast
Aberdeen, South Dakota 57401-4360
Telephone: 605/226-7572
Facsimile: 605/226-7669
E-mail: susan.davis2@ihs.gov



OIG Exclusion List


No contract award shall be made to a vendor or provider listed on the OIG Exclusion List (http://exclusions.oig.hhs.gov) throughout the duration of the contract. Should a candidate be found with a non-favorable security clearance it shall be the contractor's responsibility to replace the candidate working under the contract/purchase order with a suitable candidate. It shall be the responsibility of the contractor to notify the Acquisition Office is there is a change in provider.


In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if listed on the LEIE (HHS Office of Inspector General List of Excluded Individuals/Entities), http://exclusions.oig.hhs.gov. As soon as practicable prior to the performance of the work, the Contractor shall provide to the Contracting Officer the names of all individuals to be used in performance of work for screening against the LEIE. During the performance, the Contractor shall provide the Contracting Officer the names of any additional or substitute employees for screening before they begin work.


The Contractor is responsible for conducting security preclearance investigations in sufficient depth to ensure that each Contractor or subcontractor employee referred to IHS is not on the LEIE and can obtain a favorable fingerprint clearance. Each security preclearance shall be conducted sufficiently in advance of the start of performance to avoid delays caused by denial of access. If this is a Time and Materials, Labor-Hour, or Cost-Reimbursement contract, the contractor shall not charge for or be reimbursed for labor hours or other costs incurred for employees who are unable to perform due to denial or access or the excess time required to resolve and clear unfavorable security clearance findings. If this is a Fixed-Price contract, denial of access due to security clearance findings shall not be a basis for excusable delay or an increase to the contract amount.


The Government will pay for the cost to process the contractor's suitability clearances. However, multiple investigations for the same position may, at the Contracting Officer's discretion, lead to a reduction(s) in the contract price of no more than the cost of the investigation(s).


 


Susan K. Davis, Contract Specialist, Phone 6052267572, Email susan.davis2@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP