Skip to main content

An official website of the United States government

You have 2 new alerts

Janitorial Supplies

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)
  • Original Published Date: Jan 29, 2025 03:07 pm MST
  • Original Date Offers Due: Feb 05, 2025 04:00 pm MST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 20, 2025
  • Initiative:
    • Recovery and Reinvestment Act

Classification

  • Original Set Aside: Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)
  • Product Service Code: Q901 - HEALTHCARE ENVIRONMENTAL CLEANING
  • NAICS Code:
    • 339994 - Broom, Brush, and Mop Manufacturing
  • Place of Performance:
    Gallup , NM 87301
    USA

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ) # 246-25-Q-0017.  Submit only written quotes for this RFQ. This solicitation is for 100% Buy Indian Set Aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04.  The associated NAICS code is 339994.

This RFQ contains (1) Line Items:

CLIN    DESCRIPTION                                                      QTY       UNIT            CHARGE
01        MICROFIBER STRING MOP LOOPED                   50        CS/10    
02        12" ULTRA MICROFIBER PAD                                15        BG/1    
03        MICROFIBER TWIST LOOP W/VELCRO              500        EA    
04        CLOTH MICROFIBER 16" X 16" BLUE                    6         CS/40    
05        CLOTH MICROFIBER 16" X16" YELLOW                6         CS/40    
06        ECO-NEUTRAL DISINFECTANT E23, BT=1.25L    200      CS    
07        MICRO-FAST TWIST LOOP 16" POCKET              250       EA    

PERIOD OF PERFORMANCE: 30 days after receipt of Award
 
Vendor Requirements:   SEE ATTACHED STATEMENT OF WORK

Submit Quotes no later than: 02/05/2025 4:00 p.m. MDT  to the Following Point of Contact: Karen James, via Email: karen.james@ihs.gov.

Evaluation:  FAR 52.212-2 Evaluation -- Commercial Items (completed as follows):
(a) The Government will award a firm fixed price 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:

Lowest Price Technically Acceptable
The vendors shall submit the following:

Pricing
•    Price will be evaluated by comparing the total price among the received offers as a basic requirement.
•    A complete price schedules

Technical Capabilities

•    Supply the exact requested items
•    Descriptive literature of the items and these items meet or exceeds the requirement being solicited
Past History Performance
1.    Past performance will be considered

This solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below.  Terms and conditions other than those stated will not be accepted.  The above pricing is all inclusive.  

PROVISIONS:  The following FAR provisions apply to this solicitation:

FAR 52.212-1, Instructions to Offeror- Commercial Items (MAR 2023); FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (DEC 2022) (the offeror should include a completed copy of this provision with their quote).

CLAUSES:  The following FAR clauses apply to this solicitation:

52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023); 52.204-28Federal Acquisition Supply Chain Security Act Orders—Federal Supply Schedules, Governmentwide Acquisition Contracts, and Multi-Agency Contracts (DEC 2023); 52.204-30, Federal Acquisition Supply Chain Security Act Orders—Prohibition (Dec 2023); 52.211-17, Delivery of Excess Quantities (Sept 1989); 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Oct 2022); 52.219.6, Notice of Total Small Business Set-Aside (Nov 2020); 52.219-13, Notice of Set-Aside of Orders (MAR 2020); 52.219-16, Liquidated Damages-Subcontracting Plan (Sep 2021); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2024); 52.222-21, Prohibition of Segregated Facilities (APR 2015); 52.222-50, Combating Trafficking in Persons (Nov 2021), 52.225-1, Buy American-Supplies (Oct 2022); 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (Nov 2023); 52.225-13, Restrictions on certain foreign purchases (Feb 2021); 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT 2018); 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (JUL 2013); 52.232-36, Payment by Third Party (MAY 2014); 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Nov 2024); 352.204-73; Contractor Personnel Security and Agency Access. (Deviation); 352.226-1; Indian Preference, DEC 2015; 352.226-4, Notice of Indian Small Business Economic Enterprise set-aside, DEC 2025; 352.226-7, Indian Economic Enterprise Representation; 352.232-71, Electronic submission of payment request; The above Provisions and Clauses may be obtained via internet at https://www.acquisition.gov/ And https://www.acquisition.gov/hhsar

Miscellaneous:
NO FAX QUOTATIONS
ELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (karen.james@ihs.gov)  

All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award.  Please submit the following information with each quote: Vendor Name, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, total price for each line item, total quote price, technical documentation in sufficient detail to determine technical acceptability and Indian Health Service Buy Indian Act, Indian economic enterprise representation form.  Failure to provide sufficient technical detail may result in rejection of your quote.

Contact Information

Contracting Office Address

  • 701 MARKET DRIVE
  • OKLAHOMA CITY , OK 73114
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Feb 20, 2025 09:55 pm MSTCombined Synopsis/Solicitation (Original)