Montana Bids > Bid Detail

BFSU Hazardous/Medical Waste

Agency:
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159417619559995
Posted Date: Oct 24, 2023
Due Date: Oct 28, 2023
Source: https://sam.gov/opp/7b70a826a1...
Follow
BFSU Hazardous/Medical Waste
Active
Contract Opportunity
Notice ID
BFSU-23-012
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
BILLINGS AREA INDIAN HEALTH SVC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Oct 24, 2023 08:54 am MDT
  • Original Published Date: Oct 13, 2023 04:16 pm MDT
  • Updated Date Offers Due: Oct 28, 2023 05:00 am MDT
  • Original Date Offers Due: Oct 28, 2023 05:00 am MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Nov 12, 2023
  • Original Inactive Date: Nov 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: S222 - HOUSEKEEPING- WASTE TREATMENT/STORAGE
  • NAICS Code:
    • 562112 - Hazardous Waste Collection
  • Place of Performance:
    Browning , MT 59417
    USA
Description View Changes

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.



BFSU-23-013 is issued as a request for quotation (RFQ) for Hazardous/Medical waste removal at the Blackfeet Service Unit (BFSU) in Browning, 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, FAR 8.4, Federal Supply Schedules; FAR 37.101, Non-Personal Services Contract.



The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05.



Set-Aside Small Business



NAICS 562112 – Hazardous Waste Collection



SB Size Standard $41.5 Million





CONTRACT TYPE



The Billings Area Indian Health Services, anticipates awarding Hazardous/Medical waste removal type Purchase Order for Hazardous/Medical Waste at Blackfeet Service Unit, Browning, MT.





PRICE SCHEDULE



CLIN Description Quantity Unit Unit Price Total Price



1 Base Year (28-Gallon Totes) 1,690 EA $___________ $___________



2 Option Year One (28-Gallon Totes) 1,690 EA $___________ $___________



3 Option Year Two (28-Gallon Totes) 1,690 EA $___________ $___________



4 Option Year Three (28-Gallon Totes) 1,690 EA $___________ $___________



5 Option Year Four (28-Gallon Totes) 1,690 EA $___________ $___________





The Contractor shall be responsible for the removal and disposal of all regulated medical waste generated by the BFSU during the contract period of performance. The pick-up schedule will be 65 totes on a bi-weekly basis, with 26 pick-ups each contract year.





PERIOD OF PERFORMANCE / DELIVERY DATE / ORDERING PERIODS



The initial Period of Performance / Ordering Period of this contract is intended to start November 01, 2023, through October 31, 2024 with four (4) 12-month option Years.



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



Base Year 11/1/2023 through 10/31/2024



Option Year 2 11/1/2024 through 10/31/2025



Option Year 3 11/1/2025 through 10/31/2026



Option Year 4 11/1/2026 through 10/31/2027



Option Year 4 11/1/2027 through 10/31/2028





POINTS OF CONTACT (POC)



Purchasing Agent (PA)



Shannon Connelly



Phone: (406) 338-6452



Email: shannon.connelly@ihs.gov



Contracting Officer’s Representative (COR)



Lynn Evans



Phone: (406) 338-6411



Email: lynn.evans@ihs.gov





SECTION C – CONTRACT CLAUSES




  1. 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



52.212-4 Contract Terms and Conditions – Commercial Products and Commercial Services



Dec 2022



52.219-8 Utilization of Small Business Concerns Oct 2018



52.219-28 Post-Award Small Business Program Rerepresentation Sep 2023



52.219-3 Hazardous Material Identification and Material Safety Data Feb 2021



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



52.229-3 Federal, State, and Local Taxes Feb 2013



52.232-18 Availability of Funds Apr 1984



52.237-3 Continuity of Services Jan 1991



52.237-7 Indemnification and Medical Liability Insurance Jan 1997



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 Sep 2021



52.245-9 Use and Charges Apr 2012



52.249-2 Termination for Convenience of the Government Apr 2012





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.





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.





HHSAR CLAUSES



CLAUSES INCORPORATED BY REFERENCE



CLAUSE Title Date



352.223-70 Safety and Health Dec 18, 2015



352.226-3 Native American Graves Protection and Repatriation Act Dec 18, 2015



352.237-70 Pro-Children Act Dec 18, 2015



352.239-74 Electronic and Information Technology Accessibility Dec 18, 2015





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.





CONTRACTING OFFICER AUTHORITY:



Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer.





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)





SECTION E – SOLICITATION PROVISIONS




  1. 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.





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 #X



2) Technical Questions



Technical questions pertaining to this opportunity are due by October 26, 2023 at 5pm MT. Answers to the questions will be posted approximately on October 27, 2023. All questions should be submitted in writing to the Contracting Officer (CO) at name and email.



3) Site Visit



A site visit will be available and is highly encourage from interested parties. All site visit must be arranged through Contracting Officer’s Representative (COR), name, contact phone number is number. The CO should be notified in writing as well from the interested party if a site visit takes place.



When possible, a single site visit should be scheduled with a date, time, address and contact info listed. If this is not possible, identify info such as in the first paragraph.



4) Quote Due Date



All quotes in response to this opportunity are due no later than 5pm MT on October 28, 2023. Quotes will only be accepted via electronic mail and must be emailed to the CO at enter email address by the closing date.



5) 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.





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.





FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Feb 2021)




  • Provision must be completed in the vendor’s SAM.Gov profile.




  1. 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





PROPOSAL SUBMISSION INSTRUCTIONS:



Proposals will only be accepted via email to shannon.connelly@ihs.gov in response to this RFQ. ACCEPTANCE PERIOD. Any response to this notice must be received by 10/28/23. No telephone inquiries will be accepted. Responses can be directed to Billings Area/Blackfeet Service Unit, Shannon Connelly, Purchasing Agent: shannon.connelly@ihs.gov


Attachments/Links
Contact Information
Contracting Office Address
  • 2900 FOURTH AVE. NORTH - PO BOX 366
  • BILLINGS , MT 59107
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >