Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2011 FBO #3624
SOLICITATION NOTICE

99 -- Delivery of 1-Gallon Water Bottles to Keams Canyon, AZ

Notice Date
10/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305
 
ZIP Code
87305
 
Solicitation Number
A12PS00083
 
Response Due
11/1/2011
 
Archive Date
10/24/2012
 
Point of Contact
Lynelle Benallie Contract Specialist 5058638404 lynelle.benallie@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
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. A12PS00083 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This acquisition is a total small business set-aside. NAICS Code: 424490, Small Business Size Standard: 100 Employees. DESCRIPTION: Delivery of 1-Gallon Bottled Water for the Keams Canyon Community, Keams Canyon, Arizona. Period of Performance will be from November 9, 2011 to January 31, 2012. The Period of Performance may be extended every three (3) months up to October 14, 2012. NOTIFICATION/COORDINATION: Contractor shall notify Melvin Todacheene, Hopi Agency Facility Manager, at 928/738-2207 or Mathew O'Grady, OFMC, Albuquerque, NM, at 505/563-5213. Statement of WorkBureau of Indian AffairsFacilities - OFMCOctober 20, 2011 Project Name - Keams Canyon Bottled Drinking Water Delivery project Project LocationHopi Agency: Keams Canyon is a Hopi Tribal community located in Navajo County, AZ at latitude 35.84 and longitude -110.301. Keams Canyon is a community located on the Hopi Tribe in Arizona within Navajo County at latitude 35.84 and longitude -110.301. The elevation is 5,807 feet. See Map in Appendix A. In the census of 2000, there were 260 people, 74 households, and 44 families residing in the census-designated place. The water system serves approximately 700 people through 250 service connections. The Keams Canyon water system provides service from the junction of State Highway 264 and Indian Route 60 (Low Mountain Road) to the community of Keams Canyon. Project OverviewThe purpose of the project is to provide potable bottled drinking water to the Keams Canyon community that meets Safe Drinking Water Act. This project, the Keams Canyon Drinking Water Delivery project will deliver bottled water in 1 gallon size to the community. Indian Affairs (IA) understands that the purchased water will be delivered via a truck on a weekly, or biweekly or monthly basis. IA will dispense the potable drinking water in the plastic bottles to all residents on the Keams Canyon water systems from Building # 64, 100 Main Street, Hopi Agency, Keams Canyon, Arizona. Dispensing of the bottled water to the residents will occur during the work week during preset hours on weekdays. The deliver bottled water will be stored in a climate controlled location at the Agency, i.e. the Hopi Agency. The contractor will be required to take empty plastic bottles on the return trucks for reuse or recycling. IA staff will assist with the deliveries and will stacking the empty bottles in the empty delivery cartons. Indian Affairs (IA) expects the contractor to work with IA and recommend the best delivery frequency and delivery amount for this location and be willing to negotiate the cost with IA. The community will require a minimum of 1,050 gallon per week. The location for the delivery has a loading dock. The contractor shall use critical path scheduling to ensure delivery schedules are timed so that the residents always have sufficient water. IA will work with the contractor to facilitate the delivery schedules to help ensure no shortages of water by contacting the contractor when deliveries are required. Please note the amount of water used is an estimate and may change up or down depending on the actual need. The delivery schedules will require deliveries to occur during normal business hours unless explicitly agreed to in writing. The contract time shall be 77 calendar days minimum with the option to renew for an additional 120 calendar days, renewable up to 4 times. Project Requirements: The contractor shall provide all labor, supervision, material, supplies and equipment to deliver, weekly 1,050 gallons of potable water. The water delivered must meet the safe drinking water act requirements and will be delivered to the Hopi Agency in Keams Canyon Arizona 100 Main Street Building # 64. The contractor must coordinate with Hopi Agency staff on the delivery times and amounts. Elements of the Proposed Work The Contractor shall:1. The initial delivery schedule will require the contractor to deliver 5,250 gallons to the Agency during the 1st week of the contract. Please note this is the minimum amount that must be delivered the week on November 14th through November 17th. 2.The BIA will closely monitor how much water is used per week and order extra deliveries from the contractor when the on hand amount falls below 2,500 gallons. IA will work proactively with the contractor to schedule the deliveries. IA staff will contact the contractor once a week for the 1st month to keep the contractor fully informed as to the on hand amount of water. This will provide the contractor the information and the time to make schedule deliveries. 3.The contractor shall deliver additional water to the Hopi Agency in Keams Canyon Arizona as needed above. Please see the table below for the estimated amount required by month. The delivery frequency and the amount delivered can be negotiated as long as the minimum amount on hand to the Hopi Agency is greater than 2,500 gallons. Keams Canyon Drinking Water RequiredMonth Days neededWater Required for each month (gallons)November 14, 2011 16 16,800December 14, 2011 30 32,550January 14, 2012 31 32,550February 14, 2012 31 30,450March 14, 2012 29 32,550April 14, 2012 31 31,500May 14, 2012 30 32,550June 14, 2012 31 31,500July 14, 2012 30 32,550August 14, 2012 31 32,550September 14, 2012 31 31,500October 14, 2012 30 32,550 Weekly delivery of 1,050 1-Gallon Bottles to the Hopi Agency in Keams Canyon, AZQuarter Number of DaysFull WeeksTotal Gallons177 11 11,550 291 13 13,650 391 13 13,650 491 13 13,650 4.The contractor shall ensure the bottled water meets the requirements of the safe drinking water act. 5.The contractor shall coordinate deliveries with Hopi Agency staff. A point of contact will be provided when the contract is awarded. 6.The contractor shall secure all required permits, a Hopi business license is required, including paying for all applicable fees, comply and submit applications to fulfill all applicable regulations. 7.The contractor shall comply with all applicable laws and regulations for the delivery of bottled water. 8.The contractor shall minimize pedestrian and traffic disruptions during delivery by setting up cones to cordon off the delivery area.9.The contractor shall accept and transport used drinking water bottles, provided as part of this contract, back to the point of origin for either re-use or to be recycled. 10.The contractor shall fill all requests for additional bottled water within two (2) working days. As noted above, IA staff will contact the contractor once a week for the 1st month to keep the contractor fully informed as to the on hand amount of water. 11.There will be no required Deposit or Minimum Order. The Contracting Officer (CO) and the Contracting Officer Technical Representative (COTR) can adjust the amount of water to be delivered; the vendor will be notified in writing one week in advance of the proposed order. The contract amount will be adjusted based on the cost of the water on a per gallon basis. Project Submittals 1.The contractor shall submit a detailed delivery schedules to the Contracting Officer (CO) and the Contracting Officer Technical Representative (COTR) for approval before proceeding with the project. The schedule must demonstrate complete fulfillment of the delivered water requirement above. The BIA reserves 2 calendar days for review of submittals. 2.Provide documentation that the water compiles with the safe drinking water act requirements. SAFETYContractor is responsible for safety on this project. The contractor shall implement an appropriate safety control program applicable to the work being performed. GOVERNMENT FURNISHED MATERIALSNone FINAL DELIVERABLESAs described above. SCHEDULE AND PAYMENTSchedule:Work shall commence within four (4) working days of issuance of Notice to Proceed (NTP). The project must deliver potable water within four working days after NTP. Period of Performance Period of Performance for this project is estimated to be seventy seven (77) calendar days total and is renewable for 120 days up to four times. The Liquidated Damages per day for missed delivery dates is $500 per day. IA will work with the contractor to facilitate the delivery schedules, however, the deliveries must be completed on time. PROPOSAL LINE ITEMS: 1. Delivery of 16,800 1-gallon water bottles for November 2011. 1 Job at $_______________. 2. Delivery of 32,550 1-gallon water bottles for December 2011. 1 Job at $_______________. 3. Delivery of 32,550 1-gallon water bottles for January 2012. 1 Job at $_______________. TOTAL COST: $_______________________. Award will be made on a Best Value Basis, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. 52.212-2 Evaluation-Commercial Items.EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Experience in Delivering over 1,000 bottles per week2. Technical Approach3. Familiarity of Keams Canyon Community, Keams Canyon, Arizona4. Past Performance All evaluation factors, when combined, are significantly more important than cost or price. Submit detailed information for each evaluation factor. Responses for each evaluation factor will need to be submitted with your proposal. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) CONTRACT CLAUSES: The following FAR Clauses including all addenda applies to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 - Contract Terms and Conditions-Commercial Items; FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items: FAR 52.219- Notice of Total Small Business Set Aside; FAR 52.222-3 Convict Labor; FAR 52.232-36 Payment by Third Party; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.211-16, Variation in Quantity; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 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; 52.217-8 Option to Extend Services - The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 5 days; 52.217-9 Option to Extend the Term of the Contract - (a) The Government may extend the term of this contract by written notice to the Contractor within 5 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 5 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 1 year; 52.211-11 Liquidated Damages?Supplies, Services, or Research and Development - (a) If the Contractor fails to deliver the supplies or perform the services within the time specified in this contract, the Contractor shall, in place of actual damages, pay to the Government liquidated damages of $500.00 per calendar day of delay. (b) If the Government terminates this contract in whole or in part under the Default?Fixed-Price Supply and Service clause, the Contractor is liable for liquidated damages accruing until the Government reasonably obtains delivery or performance of similar supplies or services. These liquidated damages are in addition to excess costs of repurchase under the Termination clause. (c) The Contractor will not be charged with liquidated damages when the delay in delivery or performance is beyond the control and without the fault or negligence of the Contractor as defined in the Default?Fixed-Price Supply and Service clause in this contract. The Federal Acquisition Regulations clauses and provisions are available on the website at www.acquisition.gov or may be requested from the Contracting Officer. A signed and dated offer with a complete copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, are due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Lynelle Benallie, by close of business, 4:30 P.M., Local Time (MDT), November 1, 2011. Also submit breakdown of costs and description of the services offered. Offers submitted by facsimile and email will be accepted, the fax number is (505) 863-8382. Email: lynelle.benallie@bia.gov. Due to the urgency of the requirement, the response time has been shortened. Any further questions regarding this announcement may be directed to Lynelle Benallie, Contracting Officer, at (505) 863-8404, by fax at (505) 863-8382. All contractors submitting offers must be registered in the Central Contractor Registration (CCR) in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the CCR, go to: http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS00083/listing.html)
 
Place of Performance
Address: Keams Canyon, AZ
Zip Code: 86034
 
Record
SN02612237-W 20111027/111025233901-e98a5b1944d5ea18142497044f868a36 (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.