Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2008 FBO #2475
SOLICITATION NOTICE

D -- WEBSITE DESIGN

Notice Date
9/3/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, Bureau of Indian Affairs, BIA - DAPM, BIA-Division of Acquisition, PO Box 26567, Albuquerque, NM 87125-6567
 
ZIP Code
87125-6567
 
Solicitation Number
RABQ6080007
 
Response Due
9/15/2008
 
Archive Date
9/16/2008
 
Point of Contact
Sonia Nelson, Contract Specialist, 505-563-3018
 
Small Business Set-Aside
Total Small Business
 
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. The solicitation number is RABQ6080007 and is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. The solicitation is 100% set-aside for Native American and Alaska Native Small Businesses. The associated NAICS code is 541519. The contractor shall provide website design services. Contractor will serve as Website Developer and Administrator at Haskell Indian Nations University (HINU). Contractor will provide support to the Office of the Chief Information Officer by assisting with researching, developing, testing and administering a new HINU website; development with attention to the following specific items: 1. Security of information. 2. Attention to culturally specific population. 3. Meets ADA regulations and guidelines; also meets all other applicable regulations or guidelines. 4. Use of website as a recruitment tool for prospective students and prospective employees. 5. Easy navigation of departments for students, faculty and guests. 6. Congruent pages for departments to improve overall "look and feel". 7. Highly functional for university business and operation. 8. Create a website using a standard operating language that will be accessible, and modifiable to meet updating needs. 9. Create database for Athletic Department. Location: Work will be performed on the HINU campus at the Computer Center in order to have physical access to databases when necessary. Access to the HINU computer system will be coordinated by the Chief Information Officer. The contractor will meet with key HINU employees to develop recommendations, obtain feedback and discuss options for implementation. The contractor will perform work off-site when/where appropriate and approved by the Chief Information Officer. Schedule: The work schedule will be flexible, weekends and evening work is acceptable. All schedules must be approved by the Chief Information Officer. All HINU security procedures will be acceptable. Price is inclusive of all costs (labor, supplies, fees, taxes, travel, etc.). Wage Determination 2005-2307, revision 7, dated 06/11/08 is here by incorporated. Provide the following prices: a. Personnel: List each labor, number of hours, applicable DOL Wage, total amount for all personnel. b. Travel, per FTR. c. Supplies. d. other charges, fees and/or taxes. e. Grand total. Services are needed at Haskell Indian Nations University, 155 Indian Avenue, Lawrence, KS 66046. Period of Performance is September 22, 2008 to February 27, 2009. The provisions 52.212-01 and 52.212-04 apply to this acquisition. The clause at 52.212-2 applies: The following factors shall be used to evaluate offers: (i) technical capability of the service offered to meet the Government requirement: Provide a short narrative on the plan of action, with timeline; (ii) price, see above for format; and (iii) past performance: Provide three work references where the requirements were similar to this Government requirement. Technical and past performance, when combined, are equal to price. The clause at 52.212-05 applies to this acquisition and the following additional FAR clauses cited in this clause are applicable: (5) 52.219-06, (16) 52.222-03, (17) 52.222-19, (36) 52.232-33, (39) 52.239-01, and (c)(1) 52.222-41. The following clauses are incorporated by reference: 1) 1452.226-70, Indian Preference; 2) 1452.226-71, Indian Preference Program; 3) 52.213-02; and 4) 52.217-09. Offerors shall submit a completed copy of the provision of 52.212-03 with its offer. A copy can be obtained at www.arnet.gov. Background Investigations: All vendors, consultants, and contractors seeking to do business with the Bureau of Indian Education (BIE) shall: 1) Submit an Applicant Screening Questionnaire to BIA Security Services and 2) undergo an investigation of character through the Office of Personnel Management if the contact will be 60 calendar days or more each school year; or undergo a national criminal history check if the contact will be more than 5 calendar days but less than 60 calendar days each school year. The only exception to an investigation of character is if a vendor, consultant, or contractor will have contact for 5 calendar days or less. Individuals meeting this exception will be required to be escorted or within the sight of or under the supervision of a BIE staff person who has had a favorable background investigation. Vendors, consultants, or contractors that have documentation of current investigations must provide the written documentation to BIA Security Services and must receive written notice from Security that the investigation meets the requirements of BIE prior to contract award. Vendors, consultants, and contractors must meet the standards of character identified for individuals having contact with or control over Indian children. The minimum standards of character shall ensure that no vendor, consultant, or contractor has been found guilty of, or entered a plea of nolo contendere or guilty to, any felonious offense, or any two or more misdemeanor offenses under Federal, State, or Tribal law involving crimes of violence; sexual assault, molestation, exploitation, contact or prostitution; crimes against persons; or offenses committed against children. For purposes of this solicitation, if the vendor, consultant, or contractor, cannot show BIA Security Services that their employees have had the proper investigation, they must initiate the proper background investigation through BIA Security Services once it is known they will be receiving a contract/purchase order. The requirements identified above are derived from one or more of the following: 42 United Stated Code (U.S.C.) 13041; 25 U.S.C. 3207, as amended; 25 Code of Federal Regulations 63.19, as amended; 441 Department of Interior Manual 5; and 62 Bureau of Indian Affairs Manual 11.36. Vendors, consultants, and contractors, who do not meet the background investigation requirements or who have questions regarding the Federal background investigation process may contact BIA Security Services, at the following numbers: (505) 563-5287; (505) 563-5289; or (505) 563-5291. If you have completed the Bureau Indian Affairs background investigations, please provide a copy of your standing (letter from the BIA Security Office); or your complete name and social security number. Evaluation procedures: The Government shall award a firm-fixed price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Quotes are due on Monday, September 15, 2008 at 4:30pm (local time). Mailing address: PO Box 26567, Albuquerque, NM 87125. Physical Address: 1001 Indian School Road NW, Ste 347, Albuquerque, NM 87104. Fax number: 505-563-3018. Attn: Sonia L. Nelson.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ec34a86f23c3222b35f0ec312783e25a&tab=core&_cview=1)
 
Place of Performance
Address: Bureau of Indian Education, Haskell Indian Nations University, 155 Avenue, Lawrence, KS<br />
Zip Code: 66046<br />
 
Record
SN01658178-W 20080905/080903223137-ec34a86f23c3222b35f0ec312783e25a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.