Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2012 FBO #3793
SOLICITATION NOTICE

A -- A-2012 SUSTAINABLE HOUSING PROJECT

Notice Date
4/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA-Central Office Acquisitions - Reston 2051 Mercator Drive Reston VA 20191
 
ZIP Code
20191
 
Solicitation Number
A12PS00832
 
Response Due
4/18/2012
 
Archive Date
4/11/2013
 
Point of Contact
Tom Moomaw Senior Contract Specialist 7033906408 leo.moomaw@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
Synopsis:The Bureau of Indian Affairs (BIA) is issuing this Cooperative Agreement Notice (CAN) to target universities, colleges, and educational research institutes to establish a Cooperative Agreement (CA) to provide faculty assistance in support of Assistant Secretary - Indian Affairs, Division of Energy and Mineral Development (DEMD) geology and engineering services to Indian Tribes and/or Indian landowners. The contemplated CA would also support research and feasibility studies and other geographic research, plus support in field operations. BACKGROUNDThe purpose of this CAN is to establish a cooperative agreement between DEMD and a university, college, or other educational research Institute to advance basic and applied research in support DEMD's mission to support the 2012 Sustainable Housing project on or near the vicinity of the Crow Indian Reservation. Under cooperative agreements, agreement holders may work on a broad range of research projects in close cooperation with DEMD subject matter experts (SMEs) to provide support to energy, mineral resource, business and engineering studies that are of benefit to Indian Tribes and communities. The partnership between DEMD and the educational institute will provide (1) technical assistance and training to a tribally-owned company and tribal housing authority staff; (2) workforce development; and (3) a baseline energy assessment of the current project. AGREEMENT TYPEDEMD intends to issue a single cooperative agreement as a result of this announcement under the authority of 505 DM 2, Using Procurement Contracts, Grant Agreements and Cooperative Agreements, and OMB Circular A-110, Grants and Cooperative Agreements with Institutions of Higher Education, Hospitals, and other Non-profit Organizations. The estimated value of award to the educational institute is approximately $400,000.00 annually, not to exceed a total 5-year period of performance. The incumbent partnering institution is the University of Colorado, College of Engineering and Applied Sciences, Boulder, CO. PERIOD OF PERFORMANCEThe base period is date of award for twelve continuous months, with four optional periods of twelve months each (NTE five years). RESTRICTION ON RELEASE OF DATAThe partnering educational organization must agree to secure resource information and economic data out of the public realm pursuant to the 1982 Indian Mineral Development Act (25 U.S.C.Secs.2101-2108). PROPOSAL SUBMISSIONSubmitters shall submit proposals in the format described below. Proposals shall be submitted electronically to the Contracting Officer: leo.moomaw@bia.gov NPT 12:00 Noon, Local Time, Washington, DC, Wednesday, April 18, 2012. Format/ContentSubmit a technical white paper, not to exceed fifteen pages, excluding cover page, resumes and appendices. The white paper shall be formatted into the following sections: (1) Background; (2) Organizational Profile; (3) 2012 Objectives; (4) Baseline Activities; (5) Proposed Budget.Submission of a proposal shall constitute consent to disclose proprietary information to all Government source selection participants. Proprietary information shall be treated and protected as such. The cover page for the white paper shall identify:1. CAN Number (A12PS00833; 2. Organization Name; 3. Other Team Members and type of business for each; 4. Technical Points of contact (including phone, fax, and e-mail information);5. Administrative Point of Contact;6. Overview. Overview of the Proposed Work shall include: A summary of proposed concept, an estimated timeframe for project completion, a brief description of the facilities involved, and a brief resume of the principle faculty member(s); and a rough order of price magnitude. IMPORTANT INFORMATION FOR PROSPECTIVE AGREEMENT HOLDERS: Current registration in the Central Contractor Registration (CCR) database is a prerequisite for receiving an award resulting from this CAN. For more information please contact the CCR Assistance Center at 1-888-227-2423 or go to their website at: http://www.ccr.gov/vendor.asp.Request and/or submission of a full proposal does not constitute an agreement and does not guarantee award selection. Offerors will not be reimbursed for bid and proposal costs.Proposal submission is not restricted in any way to any particular entity. The NAICS Code for this CAN is 541720.EVALUATION CRITERIAThe government will evaluate proposals responsive to any or all of the areas of interest discussed herein. Proposals will not be evaluated against each other. EVALUATION CRITERIAThe primary evaluation criteria are: a) Scientific and technical merits of the proposed research to include, (1) the degree to which proposed research and development objectives support the targeted technical topic and (2) validity of the technical basis for the approach offered;b) The offeror's capabilities, related experience, past performance on similar efforts, research investigators/personnel, facilities, techniques or unique combination of these which are integral factors for achieving the proposal objectives; andc) The realism and reasonableness of price.AWARDBIA contemplates award of a single Cooperative Agreement based on merit competition. The Government reserves the right to select one or none of the proposals received in response to this announcement. Any award is subject to the availability of appropriations. There is no commitment by BIA to be responsible for any monies expended by the offeror before award of an agreement. Contracting Office Address: Bureau of Indian Affairs2051 Mercator DriveReston, VA 20191 Place of Performance: TBD
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS00832/listing.html)
 
Place of Performance
Address: TBD
Zip Code: 20191
 
Record
SN02720008-W 20120413/120411235953-005a908a5cefbdcb6bfba0ea755cac66 (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.