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 -- RECOVERY- Facility Managemnet Specialist, Program Analysis, Administrative Assistance, and Office Automation Clerk.

Notice Date
8/4/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, Bureau of Indian Affairs, BIA - DAPM, BIA-Albuquerque Acquisition Office 1001 Indian School Road NW, Room 347 Albuquerque NM 87104
 
ZIP Code
87104
 
Solicitation Number
RA000209020
 
Response Due
8/10/2009
 
Archive Date
8/4/2010
 
Point of Contact
Ken Lloyd Contracting Officer 6155646970 KENNETH.LLOYD@BIA.GOV;<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
RECOVERY- In order to receive an award using funds from the American Recovery and Reinvestment Act of 2009 (ARRA), the contractor and it sub contractors must be registered with Federal Reporting. Contractors and sub contractors can register at www.federalreporting.gov, using instruction at that website. This acquisition is FULL AND OPEN and UNRESTRICTED. PROJECT DESCRIPTION. The Bureau of Indian Affairs, Southwest Region Office intends to issue a solicitation requesting Quotes to provide nine (9) Facility Management Specialists, one (1) Program Analysis, one (1) Administrative Assistance, and one (1) Office Automation Clerk to assist the Office of Facility Management and Construction in tracking ARRA projects. Employees must be very knowledgeable in the area of construction, all NEPA requirements and be familiar with all ARRA requirements. Contractors will be required to pass a government background check. PROJECT LOCATION. These positions will be physically located in various offices within the Bureau of Indian Affairs and as provided in the Statement of Work. ESTIMATED MAGNITUDE. The magnitude of this project is between $100,000 and $400,000. CONTRACT TYPE: Firm-Fixed-Price. PERIOD OF PERFORMANCE: Estimated 60 calendar days for base year beginning after issuance of notice to proceed with two additional option years. They government retains the right of first refusal of any contractor employee. SOLICITATION TYPE. Request for Quote. NAICS CODE 541611 REQUEST FOR SOLICITATION INSTRUCTIONS. The following preliminary details are provided for the benefit of interest parties, but are subject to change in the actual solicitation and any change will be posted on www.fbo.gov. Capable firms must request a copy of solicitation RA000209020 in writing to Kenneth.lloyd@bia.gov, on or before August 10, 2009 @ 12 pm Central Standard Time, accompanied with it capability statement and DUN number. These documents are not waviable. Failure to submit these documents with your request may result in non consideration for receipt of solicitation the package. FAX REQUEST WILL NOT BE ACCEPTED. TELEPHONE REQUESTS WILL NOT BE ACCEPTED. Any Requests for solicitation not received by 10, 2009 @ 12 pm Central Standard Time will be rejected. The Government is in no way obligated to do business with or to enter into in any form of contract with any person, firm or other entity that receives this solicitation. Solicitation RA000209020 will be available for issued on or about August 15, 2009. This will be the only pre solicitation announcement. The Solicitation will not be made available by electronic means. SPECIAL CONTRACT REQUIREMENTS: THIS SOLICITATION IS ISSUED UNDER FULL TRANSPARENTCY AND IN ACCORDANCE WITH THE AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 (ARRA). The below clause apllies but are not limit to and the reporting requirements are in addition to any deliverables or progress reports as required in the SOW for the completion of this project. Any exception to the below clauses shall result in no consideration for award. Any terms and conditions and clauses listed in this solicitation applies unless they conflict with or are superseded by the terms and conditions, or clauses implementing the American Recovery and Reinvestment Act of 2009 (ARRA) requirements below. Recipients are responsible for reading the below clauses full text to gain a clear understanding of its reporting responsibilities. Contractors may contact Ken Lloyd for any needed clarifications of this solicitation. 1.FAR CLAUSE 52.204-11 full text as incorporated into this solicitation. The successful contractor of Federal awards from funds authorized under Division A of the American Recovery and Reinvestment Act of 2009 (ARRA) must comply with all requirements specified in Division A of the ARRA (Public Law 111-005), including reporting requirements outlined in Section 1512 of the Act. For purposes of reporting, recipients of ARRA funds from a result of an award from this solicitation must report on sub-contractor activities as specified below. Not later than 10 days after the end of each calendar quarter, starting October 10th, 2009. The successful recipient must submit a report to the contracting officer that will be posted to Recovery.gov, containing the following information: 2. Whistleblower Protection - FAR PAR 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 full texts as incorporated into this solicitation. The Contractor shall post notice of employees rights and remedies for whistleblower protections provided under section 1553 of the American Recovery and Reinvestment Act of 2009 (Pub. L. 111-5). The Contractor shall include the substance of this clause including this paragraph (b) in all subcontracts. 3. DUNS/CCR: FAR CLUASE 52.204-06 Data Universal Numbering System (DUNS) Number and 52.204-7 Central Contractor Registration full texts as incorporated in this solicitation. Recipients must require that first tier sub-recipients begin planning activities, including obtaining a DUNS number (or updating the existing DUNS record), and registering with the Central Contractor Registration (CCR) no later than the first time ARRA data requirements are due. 4. Responsibilities for Informing Sub-ContractorsSee FAR PART 52.204-11 Reporting and 52.204-10 Reporting Sub-contract Award full text as incorporated in this solicitation. Contractor agree to separately identify to each sub-contractor and ensure that each sub-contractor is registor with CCR. 5. GAO/IG Access to RecordsSee FAR PART 52.215-2 Audit and Record- Negotiation, American Recovery and Reinvestment Act of 2009 (the Recovery Act) GAO/IG Access (Interm) FAR Case 2009-011and in accordance with FAC 2005-32. This interim rule amending the Federal Acquisition Regulation (FAR) to implement Sections 902, 1514, and 1515 of the American Recovery and Reinvestment Act of 2009. Collectively, these Sections provide for the audit and review of both contracts and subcontracts, and the ability to interview such contractor and subcontractor personnel under contracts containing Recovery Act funds. 6. GAO Access to Contractor's EmployeeSee FAR PART 52.215-2 Audit and Record- Negotiation, American Recovery and Reinvestment Act of 2009 (the Recovery Act) GAO Access to Contractor Employees (Interm) FAR Case 2009-026 and in accordance with FAC 2005-26. allow the Government Accountability Office to interview current contractor employees when conducting audits. The rule will not apply to the acquisition of commercial items; therefore, FAR 12.503 will be amended to add the exemption of this rule. This change implements Section 871 of the Duncan Hunter National Defense Authorization Act for Fiscal Year 2009 (NDAA) (Pub. L. 110-417). Other applicable clause: 52.212-4, 52.212-5, 52.213-4, 52.244-6, 52.225-1. CONTRACT AWARD DATE: The government intends to make an award within 15 calendar days after receipt of Request for Quotes. Award will be made on best value to the government. The receipt of an award as a resultant from this solicitation will be contingent on the contractor meeting specialized position requirements as outlined in the SOW and the requirements in Section 1512 (report on recovery funds) of the recovery act. In accordance with FAR 28.3, contractor shall maintain proof of current coverage for liability, automobile and workers compensation insurance. NOTICE TO PROCEED DATE: The government anticipates issuing the Notice to Proceed within 10 calendar days after contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RA000209020/listing.html)
 
Place of Performance
Address: Various Location<br />
Zip Code: 87104<br />
 
Record
SN01899458-W 20090806/090805001245-34873791c76f1ec20685abd84422b58f (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.