SOLICITATION NOTICE
S -- BFSU Laundry & Dry-Cleaning Services
- Notice Date
- 4/30/2025 10:19:57 AM
- Notice Type
- Solicitation
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- BILLINGS AREA INDIAN HEALTH SVC BILLINGS MT 59107 USA
- ZIP Code
- 59107
- Solicitation Number
- RFQ-BFSU-25-013
- Response Due
- 5/15/2025 4:00:00 PM
- Archive Date
- 05/30/2025
- Point of Contact
- Shannon Connelly, Phone: 4063386452
- E-Mail Address
-
shannon.connelly@ihs.gov
(shannon.connelly@ihs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. RFQ-BFSU-25-013 is issued as a request for quotation (RFQ) for Laundry and Dry-Cleaning Services at the Blackfeet Service Unit (BFSU) in Browning, Montana and Heart Butte Clinic, Heart Butte, Montana. This procurement is conducted pursuant to the authority of Federal Acquisition Regulation (FAR) part 12, Commercial Items in conjunction with FAR part 13, Simplified Acquisition Procedures and FAR 37.101, Non-Personal Services Contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-07. Set-Aside Small Business NAICS 812332 - Industrial Launderers SB Size Standard $47.0 Million CONTRACT TYPE The Billings Area Indian Health Services, anticipates awarding a single Firm Fixed Priced Purchase Order for Laundry and Dry-Cleaning Services at Blackfeet Service Unit (BFSU). 2. PRICE SCHEDULE CLIN Description Quantity Unit Unit Price Total Price 1 NOG Flat 84,000/yr. LB $___________ $___________ 2 Finish 1,200/yr. LB $___________ $___________ 3 Entry Mats 3X5 48/yr. EOW $___________ $___________ 4X6 120/yr. EOW $___________ $___________ 4X8 24/yr. EOW $___________ $___________ 3X10 108/yr. EOW $___________ $___________ 4 Pillows 60/yr. EA $___________ $___________ 5 Dry Cleaning 150/yr. SQ FT $___________ $___________ Grand Total�������������$ ____________ ((NOTE: Pounds (LB) for CLIN 1 and 2 are �Wet Weight�), (EOW � Every Other Week)) 3. PERIOD OF PERFORMANCE / DELIVERY DATE / ORDERING PERIODS The initial Period of Performance / Ordering Period of this contract is intended to start July 01, 2025 through June 30, 2026 with four (4) 12-month option Years / Ordering Periods. If the Government exercises the options pursuant to Federal Acquisition Regulation (FAR) 52.217-9, Option to Extend the Term of the Contract (MAR 2000), the ordering period shall be extended in accordance with the following schedule: Year Option Period Option Year 1 07/01/2026 � 06/30/2027 Option Year 2 07/01/2027 � 06/30/2028 Option Year 3 07/01/2028 � 06/30/2029 Option Year 4 07/01/2029 � 06/30/2030 4 POINTS OF CONTACT (POC) Purchasing Agent (PA) Shannon Connelly Phone: (406) 338-6452 Email: shannon.connelly@ihs.gov Contracting Officer (CO) DeeAndra Salabye Phone: (406) 208-8857 Email: deeandra.salabye@ihs.gov Contracting Officer�s Representative (COR) Lynn Evans Phone: (406) 338-6411 Email: lynn.evans@ihs.gov SECTION C � CONTRACT CLAUSES FEDERAL ACQUISITION REGULATION (FAR) CLAUSES 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this address: www.acquisition.gov. CLAUSES INCORPORATED BY REFERENCE CLAUSE Title Date 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper May 2011 52.204-9 Personal Identity Verification of Contractor Personnel Jan 2011 52.204-13 System for Award Management Maintenance Oct 2018 52.204-19 Incorporation by Reference of Representations and Certifications Dec 2014 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Nov 2015 52.213-4 Terms and Conditions�Simplified Acquisitions (Other Than Commercial Items) Jan 2025 52.219-8 Utilization of Small Business Concerns Oct 2018 52.219-28 Post-Award Small Business Program Representation Nov 2020 52.223-5 Pollution Prevention and Right-to-Know Information May 2011 52.223-6 Drug-Free Workplace May 2001 52.224-1 Privacy Act Notification Apr 1984 52.224-2 Privacy Act Apr 1984 52.227-14 Rights in Data � General May 2014 52.227-17 Rights in Data � Special Works Dec 2007 52.237-3 Continuity of Services Jan 1991 52.242-15 Stop Work Order Aug 1989 52.242-17 Government Delay of Work Apr 1984 52.243-1 Changes � Fixed Price Alternate I (Apr 1984) Aug 1987 52.245-1 Government Property Jan 2017 52.245-9 Use and Charges Apr 2012 52.249-2 Termination for Convenience of the Government Apr 2012 Clauses Incorporated by full text 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014) (a) This contract and employees working on this contract will be subject to the whistleblower rights and remedies in the pilot program on Contractor employee whistleblower protections established at 41 U.S.C. 4712 by section 828 of the National Defense Authorization Act for Fiscal Year 2013 (Pub. L. 112-239) and FAR 3.908. (b) The Contractor shall inform its employees in writing, in the predominant language of the workforce, of employee whistleblower rights and protections under 41 U.S.C. 4712, as described in section 3.908 of the Federal Acquisition Regulation. (c) The Contractor shall insert the substance of this clause, including this paragraph (c), in all subcontracts over the simplified acquisition threshold. (End of clause) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 1 day of contract expiring. (End of Clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. (End of Clause) 2. HHSAR CLAUSES CLAUSES INCORPORATED BY REFERENCE CLAUSE Title Date 352.215-70 Late Proposals and Revisions Dec 18, 2015 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations Dec 18, 2015 352.223-70 Safety and Health Dec 18, 2015 352.224-70 Privacy Act Dec 18, 2015 352.226-3 Native American Graves Protection and Repatriation Act Dec 18, 2015 352.232-71 Electronic Submission of Payment Request 352.237-70 Pro-Children Act Dec 18, 2015 352.237-73 Indian Child Protection and Family Violence Act Dec 18, 2015 352.237-74 Non-Discrimination in Service Delivery Dec 18, 2015 352.239-73 Electronic Information and Technology Accessibility Notice Dec 18, 2015 352.239-74 Electronic and Information Technology Accessibility Dec 18, 2015 3. INVOICE SUBMISSION AND PAYMENT Invoices shall be submitted through the Invoicing Processing Platform (IPP), 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. The use of IPP shall take precedence over previously established invoicing procedures in accordance with HHSAR 352.232-71, Electronic Submission and Processing of Payment Requests�. The IPP website address is: https://www.ipp.gov. If you require assistance registering or require IPP account access, please contact the IPP Helpdesk at (866) 973-3131 (M-F 8AM to 6PM ET), or IPPCustomerSupport@fiscal.treasury.gov. Payment willl be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. Payments are made in arrears. (End of Local Clause) 4. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. 5. SPECIAL CONTRACT REQUIREMENTS: Contractors cannot serve as expert witnesses in any suit against the Federal Government. Many of the IHS patients receiving services may only speak a native language and/or reside on a Native American Reservation, therefore, the Contractor must demonstrate sensitivity to cross-cultural and language differences. The Privacy Act of 1974 mandates that the Contractor maintain complete confidentiality of all administrative, medical and personnel records, and all other pertinent information that comes to his/her attention or knowledge. The Privacy Act carries both civil and criminal penalties for unlawful disclosure of records. Violation of such confidentiality shall be cause for adverse action. The Contractor shall comply with IHS facility infection control and safety procedures, practices, and standards. SECTION D � DOCUMENTS, EXHIBITS AND ATTACHMENTS Attachment Number Title Notes 1 Statement of Work (SOW) 2 Price Schedule Tool � Base plus four (4) options SECTION E � SOLICITATION PROVISIONS FEDERAL ACQUISITION REGULATION (FAR) PROVISIONS 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 address: www.acquisition.gov. (End of provision) PROVISIONS INCORPORATED BY REFERENCE PROVISION Title Date 52.204-7 System for Award Management Oct 2018 52.204-16 Commercial and Government Entity Code Reporting Aug 2020 52.204-17 Ownership or Control of Offeror Aug 2020 52.204-22 Alternative Line Item Proposal Jan 2017 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation Nov 2015 52.215-5 Facsimile Proposals Oct 1997 52.222-52 Exemption from Application of the Service Contract Labor Standards Contracts for Certain Services - Certification May 2014 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran � Representation and Certifications Jun 2020 FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) Provision must be completed and returned with the quote. FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) Provision must be completed in the vendor�s SAM.Gov profile. FAR 52.212-1 Instructions to Offerors � Commercial Items (Mar 2020) 1) Quote Format Offerors shall submit three (3) volumes, a technical, past performance and price volume, each clearly marked. At a minimum they should include the following information: Technical - Volume I Written narrative addressing the technical factors of Management/Understanding the SOW and Key Personnel. The offeror should address the following in their response to Technical: Management/Understanding of the SOW. Address the following elements (do not exceed 5 pages): Management Quality Assurance Customer Service Past Performance - Volume II Written narrative addressing the past performance factors of Relevance and Quality. Offeror must submit at least 2, and no more than 5 past performance records. The offeror shall address the following in their response to Past Performance: Relevance/Quality. Include information on the past performance of the company as it relates to this requirement, in size and scope. Offeror must be able to demonstrate their record of successful performance in past contracts and/or jobs. Price - Volume III A completed pricing schedule as identified in section B of this RFQ, with per unit pricing and a total quoted price. See attachment #2 2) Quote Due Date All quotes in response to this opportunity are due no later than 5pm MT on May 14, 2025. Quotes will only be accepted via electronic mail and must be emailed to the Purchasing Agent at Shannon.connelly@ihs.gov by the closing date. 3) Offer Acceptance The offer 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 120 days from the date of receipt by the Government. (End of Provision) 52.212-2 -- Evaluation -- Commercial Items (Oct 2014) Addenda - Evaluation 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 offers must contain a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. The following factors shall be used to evaluate offers: (i). TECHNICAL: The contractor will be evaluated based upon their capabilities as they relate to the requirement, as well as their understanding of the project. Sub-Factors: Management: An acceptable approach will demonstrate the offeror�s ability to support the Government�s requirements for the specified candidate placement. Quality Assurance: An acceptable approach will identify the actions employed to ensure compliance with performance standards in the SOW. Provide effective measures for candidate placement and procedures that demonstrate compliance with Federal, State, and local laws and regulations. Must show the ability to present candidates that meet IHS clearance requirements. Customer Service: An acceptable customer service plan shall address how the offeror will ensure their availability to the requiring department of the IHS facility. Must show the ability to respond to planned and urgent placement requests. (ii). PAST PERFORMANCE Sub-Factors: Relevance/Quality: The offeror will be evaluated based upon the relevance and quality of past contracts/jobs performed and general trends in the contractor�s performance will be considered. More recent and more relevant performance has a greater impact in the Performance Confidence assessment than less recent and less relevant performance. The Government will perform an independent determination of relevancy of the data provided or obtained. NOTE: The Government reserves the right to contact any reference provided by the offeror in evaluating the offeror�s past performance. Furthermore, the Government reserves the right to use any information that comes to the attention of the Government in evaluating the offeror. Performance Confidence: As a result of the relevancy and quality assessments of the past contracts/jobs evaluated, the offeror will be assigned a confidence rating to their Past Performance factor. It is the Government�s assessment of the offeror�s probability of meeting the requirements of the project based on the offeror�s experience level to projects similar in size and scope to this requirement. (iii). PRICE: Total evaluated price will be calculated for evaluation purposes only and used to assist in determining the best value to the Government. The total evaluated price will be evaluated as follows: Price Reasonableness: Determination whether it is reasonable and if the quotation reflects an understanding of the requirement. Price competition is expected to support the determination of reasonableness. This factor will be evaluated as identified in FAR Part 15.305(a)(1). Balanced Pricing: Unbalanced pricing is referenced at FAR Part 15.404-1(g). Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly overstated or underestimated as indicated by the application of analysis techniques. Offerors are cautioned that offers that are determined to be ""materially unbalanced"" may result in the offer being rejected because the lack of balance poses an unacceptable risk to the Government. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. Best Value-Trade Offs: The Government reserves the right to make an award to other than the low priced quoter if another superior technical submission, or a submission indicating a reduced performance risk, warrants paying a premium. As non-price factors are evaluated closer to one another between quotes, price will become more significant. Furthermore, the Government reserves the right to award no order at all, depending on the quality of the quotes, the availability of funding and the continued existence of the requirement. (End of Provision) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Feb 2021) Provision must be completed in the vendor�s SAM.Gov profile. HHSAR PROVISIONS PROVISIONS INCORPORATED BY REFERENCE PROVISION Title Date 352.215-70 Late Proposals and Revisions DEC 2015 352.239-73 Electronic Information and Technology Accessibility Notice DEC 2015
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b852cde889c34c07ad386a670680b433/view)
- Place of Performance
- Address: Browning, MT 59417, USA
- Zip Code: 59417
- Country: USA
- Zip Code: 59417
- Record
- SN07426216-F 20250502/250430230044 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |