New Mexico Bids > Bid Detail

Taos Picuris Service Unit Security Guard Non Personal Services

Agency:
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159030078715200
Posted Date: Nov 14, 2023
Due Date: Nov 28, 2023
Source: https://sam.gov/opp/a0ef7d6998...
Follow
Taos Picuris Service Unit Security Guard Non Personal Services
Active
Contract Opportunity
Notice ID
75H70724Q00010
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
ALBUQUERQUE AREA INDIAN HEALTH SVC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Nov 13, 2023 04:38 pm MST
  • Original Date Offers Due: Nov 28, 2023 12:00 pm MST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Dec 13, 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: S206 - HOUSEKEEPING- GUARD
  • NAICS Code:
    • 561612 - Security Guards and Patrol Services
  • Place of Performance:
    Taos , NM 87571
    USA
Description

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



Security Guard Non Personal Services



Prospective Offerors are invited to submit proposals in reference to solicitation no. 75H70724Q00010. 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.



NON-PERSONAL SERVICES



The services provided under this order are non-personal in nature as defined by FAR 37.101, Non-Personal Healthcare Service, under which the contractor is an independent contractor and shall perform the work described herein independently of government supervision and that the provision of services are in accordance with FAR 52.237-7.



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 November 28, 2023.



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 Acquisition Procedures. 52.204-7, 52.212-3, 52.213-4, 52.222-36.


Attachments/Links
Contact Information
Contracting Office Address
  • 4101 Indian School Rd NE Ste 225
  • ALBUQUERQUE , NM 87110
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 13, 2023 04:38 pm MSTCombined Synopsis/Solicitation (Original)

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 >