Federal Bid

Last Updated on 27 Dec 2017 at 11 PM
Combined Synopsis/Solicitation
Winnebago Nebraska

Coffee and Tea Subsistence

Solicitation ID RFQ-18-021
Posted Date 27 Dec 2017 at 11 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior)
Contracting Office Aberdeen Area Office
Agency Department Of Health And Human Services
Location Winnebago Nebraska United states 68071
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; bids are being requested and a written solicitation will not be issued.

The solicitation number is Request for Quote-18-021. The solicitation document incorporated provisions and clauses are those in effect through FAC (Federal Acquisition Circular) 2005-96.

This is an Indian Economic Enterprises, as defined in 25 U.S.C. § 47, Buy-Indian Act, Small Business Set-Aside solicitation. NAICS code is 311920 - Coffee and Tea Manufacturing, Small Business Size Standard is 700 Employees.

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.

Contract Line Item:

Firm Fixed-Price, BPA (Blanket Purchase Agreement) for Coffee and Tea Subsistence Supplies for the Omaha/Winnebago Service Unit, Winnebago IHS Hospital, 202 Bluff Street, Winnebago, NE.

See attachment for the various type of coffee and tea subsistence supplies required under the BPA. The list is not all-inclusive.

The Great Plains Area Office is soliciting quotes for a Firm Fixed-Price, BPA (Blanket Purchase Agreement) for Coffee and Tea Subsistence Supplies for the Omaha/Winnebago Service Unit, Winnebago IHS Hospital, 202 Bluff Street, Winnebago, NE 68071. Refer to the SF-18 for attachment for a description

The period of performance will be Date of Award through December 31, 2018 with 4 one-year options with performance dates of January 1, 2019 through December 31, 2019; January 1, 2020 through December 31, 2020; January 1, 2021 through December 31, 2021; and January 1, 2022 through December 31, 2022 respectively.

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

Complete 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 (Jan 2017). This must be submitted by the Quoter. See Section L for full text. See Section M for Past Performance Questionnaire Form.

FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014).
The Government will award a contract resulting from this solicitation to the 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:

Past Performance
Ability to meet specification requirements
Ability to meet delivery schedule
Price Reasonableness (3%-5% variance in comparison with other quoters)

Delivery Order Process
1. Omaha/Winnebago Service Unit will issue a BPA Call on a rotational basis with all vendors awarded a BPA from this solicitation.
2. Performance and evaluation will be based upon the vendor's ability to delivery supplies and meet delivery schedule as requested by the Service Unit.

Government anticipates issuing up to four BPA (Blanket Purchase Agreement) awards from this solicitation.

FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Nov 2017).
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 (p) of this provision.

FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (Jan 2017) (Incorporated by Reference; and

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

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

Quotes are due on January 3, 2018 @11:00am CDT/CST. Submit bids to:
Great Plains Area Indian Health Service
Attn: Connie Valandra, Contract Specialist
Federal Building, Room 309
115 4th Avenue Southeast
Aberdeen, South Dakota 57401-4360
Telephone: 605/226-7567
Facsimile: 605/226-7669
E-mail: [email protected]

Note to the Proposed Contractor:

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).

Bid Protests Not Available