Search Contract Opportunities

Jicarilla Service Unit Laminate Flooring Services   2

ID: 75H70724Q00092 • Type: Synopsis Solicitation

Description

The Albuquerque Area Indian Health Service (AAIHS) has a requirement for the following supply/service:

Laminate Flooring Services

Prospective Offerors are invited to submit proposals in reference to solicitation no. 75H70724Q00092. The solicitation package is comprised of all information including the estimated requirements, scope of work, and applicable attachments.

This solicitation is set-aside for Small Business Indian Firms (SBIF) pursuant to the Buy Indian Act 25 U.S.C. 47. If IHS does not receive at least two offers that are reasonably priced offers from SBIF's, IHS will then evaluate quotes and consider award to other small business concerns under the following 5-tier cascading set-aside (in order of first consideration to last consideration):

1st Tier: Small Business Indian Firms

2nd Tier: Service Disabled Veteran Owned Small Businesses

3rd Tier: Certified HubZone Small Businesses

4th Tier: Small Disadvantage Businesses

5th Tier: All other Small Business Concerns.

In accordance with 25 U.S.C. 47 the Buy Indian Act, completion of the Indian Health Service Buy Indian Act Indian Economic Enterprise Representation Form is required and constitutes self-certification that the Offeror meets the definition of an Indian Economic Enterprise (HHSAR 326.601) in response to this Solicitation and resultant contract.

QUESTIONS

In accordance with FAR 15.201 Exchanges with Industry before receipt of proposals, please refer to solicitation #(i.e. 18-242-SOL-XXXX) when requesting information regarding the solicitation via e-mail to eric.wright@ihs.gov, facsimile: (505) 256-6848 or phone: (505) 256-6752. The last day to submit any questions will be 5 business days at 12 pm prior to the solicitation close date.

The Albuquerque Area Indian Health Service (AAIHS) has a requirement for the following supply/service:

Laminate Flooring Services

Prospective Offerors are invited to submit proposals in reference to solicitation no. 75H70724Q00092. The solicitation package is comprised of all information including the estimated requirements, scope of work, and applicable attachments.

This solicitation is set-aside for Small Business Indian Firms (SBIF) pursuant to the Buy Indian Act 25 U.S.C. 47. If IHS does not receive at least two offers that are reasonably priced offers from SBIF's, IHS will then evaluate quotes and consider award to other small business concerns under the following 5-tier cascading set-aside (in order of first consideration to last consideration):

1st Tier: Small Business Indian Firms

2nd Tier: Service Disabled Veteran Owned Small Businesses

3rd Tier: Certified HubZone Small Businesses

4th Tier: Small Disadvantage Businesses

5th Tier: All other Small Business Concerns.

In accordance with 25 U.S.C. 47 the Buy Indian Act, completion of the Indian Health Service Buy Indian Act Indian Economic Enterprise Representation Form is required and constitutes self-certification that the Offeror meets the definition of an Indian Economic Enterprise (HHSAR 326.601) in response to this Solicitation and resultant contract.

QUESTIONS

In accordance with FAR 15.201 Exchanges with Industry before receipt of proposals, please refer to solicitation #(i.e. 18-242-SOL-XXXX) when requesting information regarding the solicitation via e-mail to eric.wright@ihs.gov, facsimile: (505) 256-6848 or phone: (505) 256-6752. The last day to submit any questions will be 5 business days at 12 pm prior to the solicitation close date.

52.237-1 SITE VISIT (APR 1984)

Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Potential offerors interested in viewing the facility prior to submitting their proposal:

Carol Begay, 575-759-7203, or carol.begay2@ihs.gov to schedule a site visit.

The Government anticipates issuing a single award.

Prospective Offerors are required to submit quotes/proposals by email to: eric.wright@ihs.gov

To be eligible for contract award, vendor must be registered in the System for Award Management (SAM) and must also complete Representations and Certifications at http://www.sam.gov, per FAR 52.204-7.

All payments by the Government under any associated order shall be made by electronic funds transfer (EFT), per FAR 52.232-33.

In accordance with HHSAR 352.232-71 Electronic Submission of Invoice Payment, contractors will 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.

Quotes will be accepted at 12:00 pm MST on July 25, 2024.

Late quotes will not be accepted unless post marked prior to the time and date of the due date.

1. (EQUIPMENT ONLY) Equipment Condition - New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

2. Offer Period - Bid MUST be good for 30 calendar days after close of solicitation.

3. (EQUIPMENT ONLY) Shipping Condition - Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.

4. SAM Requirement - This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.

5. Commercial Items Terms and Conditions - The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.

6. Terms and Conditions - This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This procurement is being conducted under FAR Part 13, Simplified Acquisiti

Background
The Albuquerque Area Indian Health Service (AAIHS) has a requirement for Laminate Flooring Services. The solicitation is set-aside for Small Business Indian Firms (SBIF) pursuant to the Buy Indian Act 25 U.S.C. 47. If IHS does not receive at least two offers that are reasonably priced offers from SBIF’s, IHS will then evaluate quotes and consider award to other small business concerns under a 5-tier cascading set-aside.

Work Details
The Jicarilla Service Unit is seeking to remove and replace existing flooring in Government Living Quarters located at 05 Seneca Street, Dulce, NM. The contractor shall provide Laminate Flooring services at the Jicarilla Service Unit in Dulce, New Mexico. The work includes converting existing room flooring from carpet to vinyl planks, removal of existing carpet, preparation and installation of new vinyl plank flooring, removal and installation of baseboards, reporting any damages to the structure flooring, responsible for the removal of all debris from demolition and construction, and ensuring work area cleanup.
The period of performance shall commence no later than 30 days after award.

Period of Performance
The period of performance shall commence no later than 30 days after award.

Place of Performance
Jicarilla Service Unit, 500 Mundo Road, Dulce, New Mexico 87528

Overview

Response Deadline
July 25, 2024, 2:00 p.m. EDT Past Due
Posted
June 18, 2024, 4:10 p.m. EDT
Set Aside
Buy Indian Set-Aside (HHS-only) (BICiv)
Place of Performance
Dulce, NM 87528 United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
On 6/18/24 Indian Health Service issued Synopsis Solicitation 75H70724Q00092 for Jicarilla Service Unit Laminate Flooring Services due 7/25/24. The opportunity was issued with a Buy Indian Set-Aside (HHS-only) (BICiv) set aside with NAICS 238330 (SBA Size Standard $19 Million) and PSC 7220.
Primary Contact
Name
Eric Wright   Profile
Phone
(505) 256-6752

Documents

Posted documents for Synopsis Solicitation 75H70724Q00092

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 75H70724Q00092

Award Notifications

Agency published notification of awards for Synopsis Solicitation 75H70724Q00092

Contract Awards

Prime contracts awarded through Synopsis Solicitation 75H70724Q00092

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 75H70724Q00092

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 75H70724Q00092

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 75H70724Q00092

Additional Details

Source Agency Hierarchy
HEALTH AND HUMAN SERVICES, DEPARTMENT OF > INDIAN HEALTH SERVICE > ALBUQUERQUE AREA INDIAN HEALTH SVC
FPDS Organization Code
7527-00242
Source Organization Code
100188042
Last Updated
Aug. 9, 2024
Last Updated By
eric.wright@ihs.gov
Archive Date
Aug. 9, 2024