Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOLICITATION NOTICE

N -- Provide all materials, equipment, and labor, and other services to install chain link security fence at Chemawa Indian School in Salem, Oregon.

Notice Date
8/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA-Central Office Acquisitions - Reston 2051 Mercator Drive Reston VA 20191
 
ZIP Code
20191
 
Solicitation Number
A11PS01486
 
Response Due
9/12/2011
 
Archive Date
8/28/2012
 
Point of Contact
Darren Nutter Contract Specialist 7033906478 darren.nutter@bia.gov;
 
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 under Simplified Acquisitions Procedures at Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items; 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. Quoters are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation, A11PS01486, is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-51. This procurement is one hundred percent (100%) set-aside for Buy Indian under the authority of 25 U.S.C. 47. Firms that are not at least fifty-one percent owned and operated by a member of a federally-recognized Tribe may not submit quotes in response to this notice. Any quote received from a firm other than an Indian-owned firm will not be considered. This is anticipated to be a firm-fixed price type purchase order. SCOPE OF WORK: The Contractor shall provide all materials, equipment, and labor, and other services to install chain link security fence at Chemawa Indian School in Salem, Oregon. WORK DESCRIPTION: Work to be accomplished includes furnishing and installation of 2,074 linear feet of 8' high, 9 gauge galvanized chain link fence including one 4' wide, 8' high single gate and two 12' wide, 8' high double gates. TASKS: The Contractor shall perform the following tasks: Task 1: Furnish Supplies: a.2,074 linear feet of 8' high, 9 gauge galvanized chain link fence.b.Schedule 40 galvanized steel tubing required for installation.c.Concrete for post installation.d.One Schedule 40 galvanized steel 4' wide, 8' high single gate.e.Two Schedule 40 galvanized steel 12' wide, 8' high double gates.f.Any and all equipment and machinery required for the completion of the job. Task 2: Installation a.Professional Installation of fence and gates separating school grounds from swamp land.b.Fencing to be installed in general "half circle shape" and tied into existing tennis court chain link fence as directed by contracting officer technical representative (COTR).c.Gates will be installed as directed by COTR to provide access to maintenance roads and pump house. PLACE OF PERFORMANCE: The place of performance is Chemawa Indian School in Salem, Oregon. PERIOD OF PERFORMANCE: The period of performance shall be September 19, 2011 through October 30, 2012. The project shall take place during this time period when the COTR gives the approval to begin the project. ISSUES AND CONCERNS: The Contractor shall coordinate and facilitate with the Contracting Officer's Technical Representative (COTR) to work out any concerns or issue that may arise during the project. The COTR for this project is Mr. Shaun Naranjo. DELIVERABLES: The Contractor shall provide a daily progress update to the COTR until project completion. A substantial and final walk thru shall be conducted when project is nearing completion and when appropriate. WORK SCHEDULE: The Contractor shall facilitate with the COTR or the school principal if work is planned for the weekend. An approval must be in place for work to be done during weekends. DEBRIS DISPOSAL: The Contractor shall remove all debris generated by or caused by the work in this purchase order. The Contractor bears all responsibility for all associated or related costs with the removal and disposal of debris from properties of the United States Government. The Contractor is required to comply with applicable Environmental Protection Agency (EPA), Federal, State, and local Government laws, policies and regulations while engaged in the removal and disposal debris. The Contractor shall transport the debris off the boundaries of the Navajo Reservation to an approved EPA landfill. The Government is not responsible in any way, financially or otherwise, for the success or failure of arrangements for disposal of debris between the Contractor and other parties. INSURANCE REQUIREMENTS: The Contractor shall assume full responsibility for accidents to himself and his employees. SITE VISITATION: A site visit may be requested. The RFQ Due Date (closing date) for the site visit request is before 4:00 pm EST, Friday September 2, 2011. INSTRUCTION TO QUOTERS AND EVALUATION CRITERIA: All Quoters shall submit a quote consisting of a separate technical and price volume. The volumes shall be as follows: Volume One: Technical Quote and Volume Two: Price Quote. Each volume shall be separate and complete in itself so that evaluation of one may be accomplished independently of evaluation of the other. a.Technical Quote The technical quote shall contain the following: 1.The Contractor shall describe its technical approach to accomplish the tasks delineated in the Statement of Work; and2.The Contractor shall demonstrate that current and proposed staff has have experience completing the same or similar services in this statement of work. b.Price Quote The Quoter shall prepare a firm fixed price quote that contains all information necessary to allow for a comprehensive evaluation of the costs proposed. The price quote shall include unit and total costs for the following: 0001: Labor = $_____/hour x ____ hour= $_________ 0002: Materials = $_________ TOTAL: CLIN 0001-0002 =$_________ The Contractor shall provide a complete explanation for each item detailing the rationale used in developing the cost. In addition, the Quoter shall submit supporting documentation that will facilitate the determination of whether the amounts proposed are fair and reasonable, e.g., vendor quotes for commercial-off-the-shelf products or services. These items are critical as the Government will evaluate the Quoter's quote for reasonableness and completeness/accuracy. An analysis will be done on a "total price" basis consistent with a fixed price methodology. c.Technically Acceptability Evaluation Technically acceptability will be determined by the quoter's relevant experience for the same or similar services as those listed in this statement of work. Relevant experience must be clearly demonstrated in the quote and not left to speculation. The Contractor shall identify the projects it has successfully completed that it considers offers evidence that proves its firm has the experience required to complete this project. The evaluation will be based on a Pass/Fail Basis. Failure to submit proof may result in rejection of the quote. d. Price Evaluation All quotes will first be evaluated for technical acceptability, and all quotes with a "Pass" for technical acceptability will then be evaluated for price. The price will be evaluated on the total price proposed. a.Basis of Award The Government will make a firm-fixed price award to the responsible Quoter whose quote represents the lowest price technically acceptable quote. f. Questions Submission: Questions must be submitted electronically via e-mail to Darren.Nutter@bia.gov in Word or compatible read-only format. Quoters shall also reference the RFQ number in the subject line of their quote. The RFQ Due Date (closing date) for question submission is before 4:00pm EST, Wednesday September 7, 2011. f.Quote Submission: Quotes must be submitted electronically via e-mail to Darren.Nutter@bia.gov in Word or compatible read-only format. Quoters shall also reference the RFQ number in the subject line of their quote. The RFQ Due Date (closing date) for quote submission is before 7:00am Eastern Time, Monday September 12, 2011. CLAUSES: This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the CO will make their full text available. The provisions at FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008); 52.212-2 Evaluation-Commercial Items (Jan 1999); and FAR 52.212-3 Offeror Representations of Certifications (Aug 2009) apply to this acquisition. Quoters must include a complete copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items with their quote. If the Quoter 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 52.252-1Solicitation Provisions Incorporated by Reference...Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (April 2011), FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Mar 2007); FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.225-13 Restrictions on Certain Foreign Purchases (June 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003). FAR 52.217-8 Option to Extend Services (Nov 1999). Department of the Interior Acquisition Regulation (DIAR): 1452.204-70 Release of Claims (Jul 1996); 1452.226-70 Indian Preference (Apr 1984), 1452.226-70 Indian Preference Program (Apr 1984).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A11PS01486/listing.html)
 
Place of Performance
Address: Chemawa Indian School in Salem, Oregon.
Zip Code: 97305
 
Record
SN02553286-W 20110831/110829235131-aa850cdd13e2762b84d9f890dfaef042 (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.