Skip to main content

An official website of the United States government

You have 2 new alerts

SECURITY GUARD- El Reno Indian Healh Center

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: Jul 10, 2024 12:23 pm CDT
  • Original Published Date: Jul 10, 2024 10:51 am CDT
  • Updated Date Offers Due: Jul 19, 2024 10:00 am CDT
  • Original Date Offers Due: Jul 19, 2024 10:00 am CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 03, 2024
  • Original Inactive Date: Aug 03, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: R430 - SUPPORT- PROFESSIONAL: PHYSICAL SECURITY AND BADGING
  • NAICS Code:
    • 561612 - Security Guards and Patrol Services
  • Place of Performance:
    El Reno , OK 73036
    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) # 246-24-Q-0166.  Submit only written quotes for this RFQ.  This solicitation is A BUY INDIAN SET ASIDE .This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05.  The associated NAICS code is 561612. Questions are due by July 15, 2024 at 2:00 P.M. CDT.

This RFQ contains TWO (2) Line Items:

CLIN        Description                                                                         Qty               Unit                      Price

01        09/01/24 - 08/31/25 – Security Guard Services

                     at the El Reno Clinic                                                    2080                HR

02         09/01/24 - 08/31/25 - Over time hours                                 40                 HR

PERIOD OF PERFORMANCE: 09/01/2024 - 08/31/2025, ONE YEAR

The estimated value of the Purchase Order is $64,200.00

Vendor Requirements:   SEE ATTACHED STATEMENT OF WORK

Submit Quotes no later than: 07/19/2024 02:00p.m. CDT  to the Following Point of Contact: Ms. Ronay Burns, Contract Specialist, via Email: Ronay.burns@ihs.gov.

Evaluation:  FAR 52.212-2 Evaluation -- Commercial Items (completed as follows):

(a) The Government will award a firm fixed price BPA resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, with Technical Specifications and Past History being more important than Price. The following factors shall be used to evaluate offers:

Best Value (see criteria below)

Pricing

  • Pricing will be evaluated on the total cost.

Technical Capabilities

  • Vendor shall provide at least one primary contractors resume, and two back up Contractors resumes.
  • CLEET certification.
  • Proof of $1,000,000 bond amount.

Past History Performance

  • Vendor shall submit 3 past history performance references

VENDORS SHALL SUBMIT THE FOLLOWING:

COMPLETED PRICE SCHEDULE

COPY OF CERTIFICATIONS

PAST HISTORY PERFORMANCE REFERENCES

VENDORS UEI

SUBMIT INDIAN ECONOMIC ENTERPRISE REPRESENTATION FORM

VENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT DESCRIPTITVE LITERATURE SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING SOLICITED

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

CLAUSES:  The following FAR clauses apply to this solicitation:

FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Products and Commercial Services (May 2024) (to include the following clauses sited): FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023); FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020);  FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023); FAR 52.204-30, Federal Acquisition Supply Chain Security Act Orders-Prohibition, (Dec 2023);  FAR 52.209-6, Protecting the Government’s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021);  FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020); FAR 52.219-28, Post Award Small Business Program Representation (Feb 2024);  FAR 52.222-3, Convict Labor (Jun 2003);   FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2024);  FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016);  FAR 52.222-35, Equal Opportunity for Veterans (Jun 2020);  FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020); FAR 52.222-37, Employment Reports on Veterans (Jun 2020);   FAR 52.222-50, Combatting Trafficking in Persons (Nov 2021);  FAR 52.224-3, Privacy Training (Jan 2017);  FAR 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021);  FAR 52.226-8, Encouraging Contractor Policies to Ban text Messaging While Driving (May 2024);   FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Oct 2018);  FAR 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014); FAR 52.217-8, Option to Extend Services (Nov 1999);  FAR 52.224-1, Privacy Act Notification (Apr 1984);  FAR 52.224-2, Privacy Act (Apr 1984);   FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998);  FAR 52.252-6, Authorized Deviations in Clauses (Nov 2020);  HHSAR 352.204-72, Records Management (Feb 2024);  HHSAR 352.211-3, Paperwork Reduction Act (Dec 2015);    HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015);  HHSAR 352.224-70, Notification of System of Records Notice (Feb 2024);  HHSAR 352.226-1, Indian Preference (Dec 2015);  HHSAR 352.232-71, Electronic Submission of Payment Requests;  HHSAR 352.237-70, Pro-Children Act, HHSAR 352.237-71, Crime Control Act-Reporting of Child Abuse (Dec 2015);  HHSAR 352.237-72, Crime Control Act-Requirement for Background Checks (Dec 2015);  HHSAR 352.237-73, Indian Child Protection and Family Violence Act (Dec 2015);  HHSAR 352.237-74, Non-Discrimination in Service Delivery (Dec 2015);  HHSAR 352.239-78, Information and Communication Technology Accessibility Notice (Feb 2024);  HHSAR 352.239-79, Information and Communication Technology Accessibility (Feb 2024); 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. (ronay.burns@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, UEI, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability.  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