Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2009 FBO #2812
SOLICITATION NOTICE

R -- Professional Education Consulting Services for the Bureau of Indian Education (BIE)

Notice Date
8/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Indian Affairs (BIA), Albuquerque Acquisitions Office, 1001 Indian School Road NW; ALBUQUERQUE, NM 87104
 
ZIP Code
87104
 
Solicitation Number
RABQ2090062
 
Response Due
8/19/2009
 
Archive Date
8/31/2009
 
Point of Contact
Michael Perry (505) 563-3120<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation, RABQ2090062, is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition 2005-35. The North American Industry classification (NAICS) code is 611710 and the business size maximum is $5.5 Million. The Government shall issue task orders against the IDIQ contracts for the items delineated under the Objectives section of the SOW when a need arises. Task Orders shall be issued on a fixed price basis utilizing the fixed price rate award in each IDIQ contract x the number of days/unit of measure to complete the task plus travel costs, which shall be paid in accordance with the Federal Travel Regulation. The minimum value of each contract shall be one task order per POP for a minimum value of not less than $500.00. The maximum value of each IDIQ contract shall be twenty task orders per POP for a minimum value of not more than $2,000,000.00 for the base year and OY one and $1,500,000.00 for OY two. The proposed contract is unrestricted. All responsible business sources may submit a quote, which will be considered by the Government.Please include your TAX ID Number, CAGE Number (obtain at www.ccr.gov), and DUNS Number when submitting your quote. The Offeror shall provide an hourly rate for the base and four one year option periods to provide this service and respond to the Evaluation Factors delineated at the end of this synopsis. This solicitation incorporates one or more solicitation provisions by reference; with the same force and effect as if they were given if full text. Upon request, the CO will make their full text available. The provisions at FAR 52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-3 Offeror Representations of Certifications apply to this acquisition. Offerors must include a completed copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items with their quote. If the offeror does not have a copy of this provision, you may obtain a copy at www.arnet.gov or contact the CO to receive a copy. Provision FAR 52.252-1 Solicitation Provisions Incorporated by reference.. Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions - Commercial Items (SPR 1998). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); FAR 52.219-4, FAR 52.222-3 Convict Labor, FAR 52.233-3 Protest after Award, FAR 222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.225-16, Sanctioned European Union Country Services (FEB 2000); FAR 52.232-36 Payment by Third Party, FAR 52.239-1 Privacy or Security Safeguards, FAR 52.214-64 Preference for Privately owned U.S. Flag Commercial Vessels, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Disabled Veterans of the Vietnam Era, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.242-15 Stop Work Order, FAR 52,242-17 Government Delay of Work, Department of the Interior Acquisition Regulation (DIAR) 1452.226-70 Indian Preference, DIAR 1452.226-71 Indian Preference Program, DIAR 1452.204-70 Release of Claims; Travel Costs Clause; FAR 52.217-8, Option to Extend Services (Para 1, 15 days); FAR 52.217-3; FAR 52.216-18, (para1, August 21, 2009 through August 20, 2010 with two one year option periods); FAR 52.216-19, Order Limitations (Para a, $100.00; Para b (1) $2,000,000.00, Para (b)(2) $2,000,000.00, Para 3, 30 days); FAR 52.216-22, Indefinite Quantity (Para d, June 30, 2009 with two one year options periods); FAR 52.216-27, Single or Multiple Awards, Evaluation of Exclusive of Options; FAR 52.212-2, Evaluation. Quotes will be submitted in writing and signed by an individual with the authority to bind their respective company; electronic submissions via fax are acceptable. The due date for receipt of quotes is Wednesday, August 19, 2009; 5:00 pm Local Time. You may mail your quote to BIA, 1001 Indian School Road NW, Albuquerque, NM 87104, you can fax your quotes to (505) 563-3030, or e-mail to michael.perry@bia.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RABQ2090062/listing.html)
 
Place of Performance
Address: Nationwide for the Bureau of Indian Education<br />
Zip Code: 871042303<br />
 
Record
SN01897906-W 20090806/090804235211-bfef953d83a3c34d57478e23e0ffdde9 (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.