Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2014 FBO #4675
SOLICITATION NOTICE

79 -- RE-ADVERTISEMENT::JANITORIAL SUPPLIES

Notice Date
9/10/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
453998 — All Other Miscellaneous Store Retailers (except Tobacco Stores)
 
Contracting Office
BIA SPRO 00003100 NORTH RIVERSIDE DRIVEContracting OfficeAnadarkoOK73005-0368US
 
ZIP Code
00000
 
Solicitation Number
A14PS01069
 
Response Due
9/17/2014
 
Archive Date
10/17/2014
 
Point of Contact
Sara Watkins
 
Small Business Set-Aside
Total Small Business
 
Description
JANITORIAL SUPPLIES, RE-ADVERTISEMENT: DUE TO THE URGENCY OF THIS BUY: THE CLOSING DATE IS WEDNESDAY, SEPTEMBER 17, 2014 AT 12:00 PM (CST). CONTRACTOR IS REQUIRED TO BE ACTIVELY REGISTER IN SAM AT THE TIME OF AWARD. OR THE AWARD WILL GO TO THE NEXT RESPONSIVE BIDDER. NO EXCEPTIONS. PLEASE SUBMIT PRICING FOR ALL THE PRODUCTS LISTED. NO PARTIAL QUOTES. SUMBIT ALL QUESTIONS BY EMAIL sara.watkins@bia.gov. NO PHONES CALLS PLEASE. Janitorial Supplies. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation, for Janitorial Supplies is issued as a Request for Quote (RFQ). The North American Industry classification (NAICS) code is 453998 and the business size maximum is $7 million. This acquisition is set aside 100% Small businesses: The resultant contract shall be awarded as a Blanket Purchase Agreement - Firm Fixed Price. Period of Performance September, 2014 to September 30, 2015. With one option year of October 1, 2015 to September 30, 2016. The Government plans to make a single award. Janitorial Supplies. Contractor shall provide supplies to Riverside Indian School, 101 Riverside Indian School Drive, Anadarko, Ok 73005. RIS will only order products on a needed basis. The minimum amount is based on last year orders. The estimated minimum/maximum does not guarantee it will be ordered throughout the year. The order will be place by phone, fax or email. The products shall be delivered within (3) days of receipt of the order. The potential bidder shall be actively registered in SAM (formally known as CCR) at the time of award, September 22, 2014. If you are not actively register in SAM at the time of award, the contract will go to the next lowest responsible bidder. NO EXCEPTIONS Quote PREPARATION INSTRUCTIONS 1. Quotes shall include company TAX ID Number, CAGE Number (obtain at www.sam.gov), and DUNS Number. 2. Questions: Interested offerors shall submit questions electronically via email to sara.watkins@bia.gov no later. Offerors shall reference the Solicitation number A14PS01069 in the subject line of their email. 3. Submission/receipt of Quotes: Due to the urgent need of a Blanket Purchase Agreement there is short turn-around time to submit quotes. Quotes shall be submitted on or before 12:00 p.m. (CST) Wednesday, September 17, 2014. No late bids will be accepted. Quotes can be sent by regular mail, express mail or via email. Regular Mailing address: BIA Southern Plains Regional Office, Attn: Sara Watkins, Contract Specialist, P.O. Box 368, Anadarko, Ok 73005 or by express mail BIA Southern Plains Regional Office 1 mile North on HWY 281, Anadarko, Ok 73005. You may submit your quote via email at: sara.watkins@bia.gov. Quotes submitted by express or regular mail service shall be sent in a timely manner prior to the closing date to allow for timely delivery. The Offeror is solely responsible for ensuring its quote arrives in a timely manner. An offeror who fails to meet the due date will be considered "late" in accordance with FAR 52.212-1(f) and may not be evaluated. 4. Preparation Costs: The Government is not obligated to pay any costs incurred by an offeror for the preparation and submission of a quote in response to this RFQ. 5. Please list 3 references to include name/company, phone number, email address. Invoicing Information: net 30 days: Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April)- - Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice [CO to edit and include the documentation required under this contract]: The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. Insert the following provision in each written solicitation of offers to provide supplies or services when purchasing commercial items under FAR Part 12 or using simplified acquisition procedures under FAR Part 13. If the solicitation is oral, information substantially identical to that contained in the provision must be given to potential offerors. CLAUSES: This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full texts. You may view solicitation clause/provision at https://www.acquisition.gov/far (Federal Acquisition Regulation (FAR) Home Page. An offeror must be registered in the System Award Management (SAM) in order to receive a contract or purchase order from the Federal Government pursuant to FAR 52.204-7, System Award Management (SAM). EVALUATION-COMMERCIAL ITEMS (JANUARY 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: past performance, and price. (b) past performance and price, are equal. (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. 52.219-6 Notice of Total Small Business Set-Aside. 52.212-03-Offeror Representative and Certification-Commercial 52.212-04 Contract Terms and Conditions Commercial Items 52.212-05 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items--52.222-54 Employment Eligibility Verification; 52.203-06 Restrictions on Subcontractor Sales to the Government; 52.219-14 Limitations on Subcontracting; FAR 52.222-03 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; Encouraging Contractor Policies to Ban Text Messaging While Driving; Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; FAR 52.232-18 Availability of Funds; FAR 52.232-19 Availability of Funds for the Next Fiscal Year; FAR 52.232-33 Payment by Electronic Funds Transfer SAM; 52.217-08 Option to extend Services; FAR 52.217-09 Option to Extend the Term of the Contract. Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A14PS01069/listing.html)
 
Record
SN03505464-W 20140912/140911000234-38fa59bf618ef86e7bd4a6fa5631d995 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.