Arizona Bids > Bid Detail

ISBEE Set-aside, 40ft Storage Container/Conex Box for the Whiteriver Service Unit

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 81 - Containers, Packaging, and Packing Supplies
Opps ID: NBD00159281726155573
Posted Date: Jan 10, 2023
Due Date: Dec 21, 2022
Solicitation No: RFQ-23-PHX-009
Source: https://sam.gov/opp/e9eebd93e6...
Follow
ISBEE Set-aside, 40ft Storage Container/Conex Box for the Whiteriver Service Unit
Active
Contract Opportunity
Notice ID
RFQ-23-PHX-009
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
PHOENIX AREA INDIAN HEALTH SVC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 10, 2023 10:53 am EST
  • Original Published Date: Dec 13, 2022 12:25 pm EST
  • Updated Date Offers Due: Dec 21, 2022 02:00 pm EST
  • Original Date Offers Due: Dec 21, 2022 02:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 05, 2023
  • Original Inactive Date: Jan 05, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 8145 - SPECIALIZED SHIPPING AND STORAGE CONTAINERS
  • NAICS Code:
    • 332439 - Other Metal Container Manufacturing
  • Place of Performance:
    Whiteriver , AZ 85941
    USA
Description

1 of 4

Request for Quote

RFQ-23-PHX-009

The Department of Health and Human Services, the Phoenix Area Indian Health Service (IHS), is soliciting quotes for 40ft Storage Container/Conex Box for the Whiteriver Service Unit in Whiteriver, Arizona.

This requirement is a 100% Set-aside for Indian Small Business Economic Enterprises (ISBEE).

SUBMISSION INSTRUCTIONS

Proposals must be submitted electronically via email to dekovan.cook@ihs.gov on or before the RFQ closing date and time stated in SAM.

The Government anticipates one (1) firm fixed-price award from this solicitation to the responsive, responsible offeror whose quote is conforming to the requirements and specifications in this solicitation. There are no trade-ins for this effort.

Quote(s) must be FOB destination, include all applicable discounts, and all required line items must have a price to be considered for award. Not providing prices for all CLINS items shall make your offer non-responsive to the solicitation. Quotes may be attached, in a vendor preferred format (e.g. PDF).

Offerors shall quote on all required items. The government will not split this requirement.

FOB Destination

DELIVERY LOCATIONS

Whiteriver Service Unit

200 W. Hospital Dr.

Whiteriver, AZ 85941-0860

REQUIREMENT

The price quote is to be submitted as an all-inclusive Firm Fixed Price quote.

See Specification document for more information.

1. 40ft refurbished metal storage container/conex box/trailer

2. Tilt bed delivery

3. Relocation of existing 20ft trailer/storage container to other onsite location

EVALUATION

a. Technical:

Offerors shall provide brief description of technical characteristics and specifications of the items stated in this solicitation and attached documents, to include technical documentation to support equipment being offered.

2 of 4

b. Price:

The price(s) shall be specific, complete in every detail, and separate from the technical submission. Submit pricing for all; not submitting pricing for all items will make your quote non-responsive to the solicitation. Contractor shall state in their RFQ that the quote shall remain effective for 60 calendar days after close of solicitation.

Basis for Award:

In addition to price, best value will be utilized for this requirement. 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.

In order for an Offeror to be considered for award, the proposal must receive an “Acceptable” rating in every non-price factor. Any proposal receiving a rating of “Unacceptable” in any non-price factor will not be further evaluated.

Ratings for Technical:

Acceptable – Proposal clearly meets the minimum requirements and salient characteristics outlined in the solicitation.

Unacceptable – Proposal does not clearly meet the minimum requirements of the solicitation.

For the purpose of award, the Government shall evaluate offers based on the evaluation factors described below:

Factor 1 – Technical Capability of the Item Offered:

Offerors shall provide brief description of technical characteristics and specifications of the items stated in this solicitation and attached documents, to include technical documentation to support equipment being offered.

Factor 2 – Delivery (ARO):

Contractor shall submit a proposed delivery after receipt of award (ARO) for this requirement.

Factor 3 – Past Performance:

Offerors must submit past performance that is current and relevant as defined herein. Offerors may submit a maximum of 5 (minimum of 3) examples of their past performance with their offer to include prime contract and subcontracts. Past performance information should contain the following:

- Project title;

- Description of the project and equipment;

- Contract number;

- Contract amount;

- Government Agency/Organization;

- COR’s & CO’s name, address, and phone number;

- Current status, e.g., delivery after award date; and

- A brief narrative of why you deem the reference to be relevant to this effort.

Factor 4 – Price:

3 of 4

INVOICING PROCESSING PLATFORM (IPP) (Feb 2022)

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 resulting from this solicitation 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

Note: Should an Offeror feel that use of the IPP would be unduly burdensome, the response to this solicitation should include an explanation of this position for a determination by the contracting officer.

FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)

This solicitation incorporates one or more solicitation provisions 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/these address(es): Acquisition.gov

52.212-1 Instruction to Offerors—Commercial Items (Nov 2021)

52.212-3 Offeror Representations and Certifications-- (May 2022)

Commercial Items

Solicitation Provisions in by full text.

52.212-2 EVALUATION COMMERICAL ITEMS (NOV 2021)

(a) (1) 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:

Factor 1: Technical

Factor 2: Delivery

Factor 3: Past Performance

Factor 4: Price

4 of 4

(2) Technical and past performance, when combined, are significantly more important, when compared to price or cost.

(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.

HHSAR 332.7003 Electronic Submission of Payment Requests (Feb 2022)

(a) Definitions. As used in this clause—

Payment request means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must comply with the requirements identified in FAR 32.905(b), “Content of Invoices” and the applicable Payment clause included in this contract.

(b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests electronically using the Department of Treasury Invoice Processing Platform (IPP) or successor system. Information regarding IPP, including IPP Customer Support contact information, is available at www.ipp.gov or any successor site.

(c) The Contractor may submit payment requests using other than IPP only when the Contracting Officer authorizes alternate procedures in writing in accordance with HHS procedures.

(d) If alternate payment procedures are authorized, the Contractor shall include a copy of the Contracting Officer's written authorization with each payment request.

(End of provisions)

The Department of Health and Human Services, Phoenix Indian Medical Center, is Tax Exempt under A.R.S.42-5063(C)(3)(a), A.R.S.42-5067(B)(1), A.R.S.42-5065(B)(2)(a), A.R.S.42-5066(B)(3) (a), A.R.S.42-5074(B)(7), A.R.S.42-5071(B)(2)(a), A.R.S.42-5061(A)(25)(a), and A.R.S.42-5159(A)(13)(a),(b),(c), State of Arizona Department of Revenue. (Copy of Certificate available upon request).


Attachments/Links
Contact Information
Contracting Office Address
  • 2 RENAISSANCE SQ, 40 N CENTRAL AVE SUITE 600
  • PHOENIX , AZ 85004
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >