Skip to main content

An official website of the United States government

You have 2 new alerts

BFSU Hazardous/Medical Waste

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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 (Updated)
  • Updated Published Date: Oct 17, 2023 10:33 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

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)              1,560    EA        $___________   $___________

2           Option Year One (28-Gallon Totes)    1,560    EA      $___________   $___________

3           Option Year Two (28-Gallon Totes)    1,560     EA     $___________   $___________

4           Option Year Three (28-Gallon Totes)  1,560    EA     $___________   $___________

5           Option Year Four (28-Gallon Totes)    1,560    EA     $___________     $___________

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

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