GOVERNMENT RESPONSIBILITIES: The government will provide secure storage locations for the bottled gases delivered to the facility. Access to the loading dock will also be available for the delivery truck to use if so desired. If the need for bottle exchanges between contractor visits arises the facility manager will notify the contractor so that they can arrange for delivery.
DELIVERY AND INVENTORY: Contractor shall make site visits to check inventory and deliver full cylinders at 2 week intervals with a minimum of 10 days between visits. All cylinders supplied through this service contract shall be delivered to the following address: 420 North Cheyenne Avenue, Lame Deer, MT 59043.
CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer.
CONTRACTING OFFICER'S REPRESENTATIVE (COR): The COR shall be responsible for: (1) Monitoring the Contractor's technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract.
INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its original invoice to the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107 and a courtesy copy to the Facility Manager at the Northern Cheyenne Service Unit, PHS Indian Health Center, 100 Cheyenne Avenue, Lame Deer, Montana 59043. INVOICES: The Contractor agrees to include the following information on each invoice: (1) Contractor's name, address and telephone number; (2) Contract Number (entire contract number must be included); (3) Invoice number and date; (4) Cost or price; (5) Dates of Service including the number of hours worked; and (6) Remit to address. The Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107, shall make payment.
PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS (JAN 1999): (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 and are included in the relative order of importance: (1) Contractor shall be in the bottled gas supply business and shall be capable of safely delivering full gas cylinders to the site. All OSHA and DOT rules shall be followed. Technical score will be considered equal to cost or 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. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable:52.204-7, 52.204-13, 52.204-19, 52.209-10 52.212-4, 52.212-5, 52.215-5, 52.216-18, 52.216-21, 52.217-8, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.225-1, 52.225-25, 52.229-3, 52.232-1, 52.232-18, 52.232-33, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.249-1, 352.201-70, 352.202-1, 352.203-70, 352.215-1, 352.215-70, 352.222-70, 352.223-70, 352.224-70, 352.227-70, 352.231-71, 352.237-72, 352.242-71, 352.242-72, 352.242-73, 352.270-2 and 352.270-3. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.209-6, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 52.225-13. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at https://www.acquisition.gov/
PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall provide evidence of, or submit a written response to, the technical evaluation factors in FAR 52.212-2. In addition, the Contractor shall submit a completed copy of FAR 52.212-3 with its offer. Contractors intending to conduct business with the Federal Government must be registered with the System for Award Management (SAM), the Official U.S. Government system that consolidated the capabilities of the Central Contractor Registration (CCR) database. SAM is the primary Government repository, which retains information on Government contractors. You may register via the Internet at https://www.sam.gov or by calling (866) 606-8220. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 2:00 p.m., on September 4, 2015. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company's name and address. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 90 days from the date of receipt by the Government.