Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
SOLICITATION NOTICE

Z -- RECOVERY: Quarters Renovation and Remodel

Notice Date
7/14/2010
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Indian Affairs - Rocky Mountain Region 316 North 26th Street Billings MT 59101
 
ZIP Code
59101
 
Solicitation Number
RA000410191
 
Response Due
7/27/2010
 
Archive Date
7/14/2011
 
Point of Contact
Jay Windy Boy Contracting Officer 4062477941 ;
 
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: THIS IS AN AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) PROCUREMENT: In compliance with the transparency and accountability requirements associated with the supplemental appropriations provided by the American Recovery and Re-Investment Act of 2009, Pub. Law 111-5, The Bureau of Indian Affairs, Rocky Mountain Region, Office Facilities Management, Billings, MT is soliciting quotes for the renovation of Government quarters located on the Northern Cheyenne Indian Reservation near Lame Deer, MT. *******************Special Recovery Reporting Requirements********************** The Contractor shall register and report all project information as listed in FAR PART 52.204-11, using the online reporting tool available at www.federalreporting.gov. Cumulative reporting to www.federalreporting.gov will begin with the January 10th reporting deadline. Contractors must check this online site often for updates and monitor finalization of the interim rule published in the Federal Register at 74 FR 14639. Failure on the part of the Contractor to provide, maintain, and report the required reporting and special reporting information as required by FAR 52.204-11 to BIA Contracting Officer within specified days following award AND/OR report information to www.federalreporting.gov shall constitute a material breach of the contract upon which BIA may immediately terminate a resultant contract for cause. A fixed price contract with estimated quantities will be awarded. Receipt of award is contingent on contractor meeting the requirements of ARRA reporting. Contractor must be registered with both the Central Contractor Registration (CCR) at ccr.gov and Federal Reporting at www.federalreporting.gov websites in order to receive any ARRA funded award from the Federal Government. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation No RA0004100191 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-29. The associated North American Industrial Classification System (NAICS) code for this procurement is 236118. The estimated procurement range for this requirement is between $300,000 to $350,000. THIS REQUIREMENT IS HEREBY MADE AVAILABLE TO ALL CONTRACTOR AWARDEES LISTED UNDER THE BIA MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC). Contractors qualified to conform to the requirement are encouraged to submit an original signed and dated quote, accompanied with contractor's DUNs number, proof of contractor's registration in www.federalreporting.gov, www.ccr.gov, and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, by mail or via email to the Bureau of Indian Affairs, Rocky Mountain Region Office, Division of Acquisition, Attention: Jay Windy Boy, 316 North 26th Street, Billings, MT 59101 or by email to Alvin.windyboy@bia.gov by 1:00 pm, Mountain Standard Time, Tuesday, July 27, 2010. Facsimile quotes will not be accepted. Any technical questions regarding this announcement may be directed to Mr. Lonnie Flatness, Facilities at (406) 477-6211 or Mr. Bruce Ward, Facilities Management at (406) 657-6682. Contractor must provide within its quote the number of days - not to exceed 7 - required to make delivery on the below CLINs after it receives a delivery request from the government's authorized representative. QUOTE: Interested contractors shall submit a quote on the following CLINs: (Unit Price shall include applicable delivery costs, fuel surcharges, and taxes, including TERO fees and requirements (if applicable). CLIN 0001: PROJECT C57Y1C10 - Remodel and renovation of BIA Government quarters are located within the townsite of Lame Deer, MT on the Northern Cheyenne Indian Reservation. QUARTERS RENOVATION PROJECT: $___________ For the Job CLIN 0002: 4% Northern Cheyenne Nation TERO Tax (If Applicable) $___________ (One time Fee; contact Northern Cheyenne TERO director at (406) 477-6505 for fee prices). DELIVERY: FOB Destination shall be at locations cited above. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the authorized government representative, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. INSPECTION: Materials will be inspected when delivered and proof of compliance must be presented to government's Project Supervisor before acceptance of materials. AWARD: Award will be made to the lowest priced offeror, whose quote conforming to the requirements herein; will be the most advantageous to the Government in terms of cost. CONTRACT CLAUSES: The following clauses apply to this acquisition: 52.212-1, Instructions to Offerors Commercial Items; 52.212-3, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions Commercial Items;52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995); 52.203-15 Whistleblower Protections, American Recovery and Reinvestment Act of 2009; 52.504-07 Central Contractor Registration; 52.204-11 Reporting, American Recovery and Reinvestment Act of 2009; 52.215-2 Audit and Record- Negotiation, American Recovery and Reinvestment Act of 2009; 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.225-1, Buy American Act-Supplies (June 2003);52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.232-36, Variation in Quantity (April 1984);52.211-17, Delivery of Excess Quantities (September 1989); and 52.229-3 Federal, State, and Local Taxes (April 2003). CONTRACTORS INTENDING TO CONDUCT BUSINESS WITH THE FEDERAL GOVERNMENT MUST BE REGISTERED WITH THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE. THE CCR IS THE PRIMARY GOVERNMENT REPOSITORY, WHICH RETAINS INFORMATION ON GOVERNMENT CONTRACTORS. YOU MAY REGISTER VIA THE INTERNET AT HTTP://WWW.CCR.GOV OR BY CALLING (888) 227-2423. CONTRACTORS MUST ALSO REGISTER THEIR ONLINE REPRESENTATIONS AND CERTIFICATIONS AT HTTP://WWW.ORCA.BPN.GOV. The Federal Acquisition Regulations clauses and provisions are available in the Internet at: http://www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RA000410191/listing.html)
 
Place of Performance
Address: DOI/Bureau of Indian AffairsNorthern Cheyenne AgencyLame Deer, Montana
Zip Code: 590430001
 
Record
SN02205785-W 20100716/100714235218-1b2c896d06be6aaeb1edcff9a0c86c24 (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.