Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2015 FBO #4947
MODIFICATION

66 -- Trimble R10 Integrated GNSS System or comparable - Attachment

Notice Date
6/8/2015
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
BIA SPRO 00003 100 NORTH RIVERSIDE DRIVE Contracting Office Anadarko OK 73005-0368 US
 
ZIP Code
00000
 
Solicitation Number
A15PS00667
 
Response Due
6/18/2015
 
Archive Date
7/3/2015
 
Point of Contact
Wahkinney, Margie
 
Small Business Set-Aside
Total Small Business
 
Description
A15PS00667 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and will be evaluated based on system technical capabilities/specifications and price. The Bureau of Indian Affairs (BIA), Southern Plains Regional Office intends to award a firm-fixed price contract in response to this Request for Quote (RFQ) for a Trimble R10 GNSS integrated system or comparable brand for BIA, Anadarko Agency. The Contractor shall furnish the necessary equipment, transportation and personnel to deliver and unload the requested integrated surveying system for the Anadarko Agency. The solicitation number for this procurement is A15PS00667 and is issued as a Request for Quote (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-74 dated November 1, 2014. This solicitation is an Indian Small Business Economic Enterprise (ISBEE) set-aside. Under the Buy Indian Act, 25 U.S.C 47, offers are solicited only from Indian economic enterprises (Subpart 1480.8) that are also small business concerns. Any acquisition resulting from this solicitation will be from such a concern. Offers received from enterprises that are not both Indian economic enterprises and small business concerns will not be considered and will be rejected. As part of your proposal, you must complete and return DIAR Clause 1452.280-4 (see below in clauses/provisions). The associated North American Industry Classification System code is 334511 and the small business size standard is 750 employees. PRICE SCHEDULE: the proposed pricing must be all inclusive plus all other costs pertinent to the performance of this contract. Please complete the following pricing schedule utilizing your most competitive and reasonable rate: CLINS 00010: Trimble R10 GNSS Integrated System or equal to, Quantity: 1 Price:$_______________________ Description changed to TRIMBLE R10 INTEGRATED GNSS SYSTEM OR EQUAL TO The rover shall include the following: Item # R10-001-60, R10 with internal 410-470 MHz Radio Item # TSC3-01-1022, TSC3 Access, No Radio, QWERTY Supports CDMA and GSM Item # 5200-065, Cradle Assy TSC3, Quick Release Item # 5200-150, POLE ROD, 2M, CARBON FIBER, SNAP-LOC Item # 5217-04-YEL, Bipod, Thumb-Release, 1/2-13SS The base shall include the following: Item # R10-001-60, R10 with internal 410-470 MHz Radio Item # 74450-96, TDL 450H Radio Sys. Kit, 35W 450-470MHz Item # 5139-02-XXX, ANTENNA POLE, SNAP LOCK, 6' Item # CA-1277-10, Battery Power Cable, Mueller Clips to Lemo 0-7P, 9 FT. Item # CA-1388-06, Battery Power Cable, Mueller Clips to SAE 2, 7ft. Item # 5302-10-XXX, TRIPOD, PRM, QUICK CLAMP, WOOD/FIBER, BLK, ORG Item # 5119-00-XXX, Tripod, Antenna, GPS, Adjustable Item # 63609-00, TBC Complete-Dongle License Item # TRAINING_DCA, Training Item # SUPPORT, Lifetime Technical Support Delivery to Anadarko Agency, Attn: Bob Beckwith, HWY 281 & Parker McKenzie Drive, Anadarko, OK 73005. DELIVERY DATE OF SURVEYING SYSTEM: 8 AUGUST 2015 PHYSICAL LOCATION: Anadarko Agency, Hwy 281 & Parker McKenzie Drive, Anadarko, OK 73005. Delivery will be during normal office hours, Monday-Friday, 8:00-5:00. FAR Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Offerors must include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The clauses cited within the clause as indicated below are applicable: FAR clauses 52.217-8, 52.219-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-15, 52.223-18, 52.225-1, 52.225-3, 52.225-13, 52.232-16, 52.232-33, 52.233-4, 52.243-1 and 52.244-6. 52.211-6 Brand name or equal. As prescribed in 11.107(a), insert the following provision: BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 1452.226-70 Indian Preference - Department of the Interior (APR 1984) 1452.226-71 Indian Preference Program - Department of the Interior (APR 1984) 1452.280-1 Notice of Indian Small Business Economic Enterprise Set-Aside (JUL 2013) Under the Buy Indian Act, 25 U.S.C. 47, offers are solicited only from Indian economic enterprises (Subpart 1480.8) that are also small business concerns. Any acquisition resulting from this solicitation will be from such a concern. Offers received from enterprises that are not both Indian economic enterprises and small business concerns will not be considered and will be rejected. 1452.280-2 Notice of Indian Economic Set-Aside (JUL 2013) (a) Definitions as used in this clause. Indian means a person who is a member of an Indian Tribe or "Native" as defined in the Alaska Native Claims Settlement Act (PL 92-203; 85 Stat. 688; 43 U.S.C. 1601). Indian Economic Enterprise means any business activity owned by one or more Indians or Indian Tribes that is established for the purpose of profit, provided that: (i) The combined Indian or Indian Tribe ownership shall constitute not less than 51 percent of the enterprise; (ii) The Indians or Indian Tribes shall, together, receive at least a majority of the earnings from the contract; and (iii) The management and daily business operations of an Indian economic enterprise must be controlled by one or more individuals who are members of an Indian Tribe. To ensure actual control over the enterprise, the individuals must possess requisite management or technical capabilities directly related to the primary industry in which the enterprise conducts business. The enterprise must meet these requirements throughout the following time periods: (1) At the time an offer is made in response to a written solicitation; (2) At the time of contract award; and, (3) During the full term of the contract. Indian Tribe means an Indian Tribe, band, nation, or other recognized group or community which is recognized as eligible for the special programs and services provided by the United States to Indians because of their status as Indians, including any Alaska Native village, regional or village corporation established under the Alaska Native Claims Settlement Act (PL 92-203, 85 Stat. 688; 43 U.S.C. 1601). Representation means the positive statement by an enterprise of its eligibility for preferential consideration and participation for acquisitions conducted under the Buy Indian Act, 25 U.S.C. 47, in accordance with the procedures in Subpart 1480.8. (b) General. (1) Under the Buy Indian Act, offers are solicited only from Indian economic enterprises. (2) BIA will reject all offers received from ineligible enterprises. (3) Any award resulting from this solicitation will be made to an Indian economic enterprise, as defined in paragraph (a) of this clause. (c) Required Submissions. In response to this solicitation, an offeror must also provide the following: (1) A description of the required percentage of the work/costs to be provided by the offeror over the contract term as required by section 1452.280-3, Subcontracting Limitations clause; (2) A description of the source of human resources for the work to be performed by the offeror; (3) A description of the method(s) of recruiting and training Indian employees, indicating the extent of soliciting employment of Indian persons, as required by DIAR 1452.226-70, Indian Preference, or DIAR 1452.226-71, Indian Preference Program, clause(s); (4) A description of how subcontractors (if any) will be selected in compliance with the "Indian Preference" or "Indian Preference Program" clause(s); (5) The names, addresses, and descriptions of work to be performed by Indian persons or economic enterprises being considered for subcontracts (if any) and the percentage of the total direct project work/costs they would be performing; (6) Qualifications of the key personnel (if any) that will be assigned to the contract; and (7) A description of method(s) for compliance with any supplemental Tribal employment preference requirements, if contained in this solicitation. (d) Required Assurance. The offeror must provide written assurance to the Indian Affairs that it will comply, or has, complied fully with the requirements of this clause. It must do this before Indian Affairs awards the Buy Indian contract, and upon successful and timely completion of the contract, but before the Indian Affairs Contracting Officer (CO) accepts the work or product. (e) Non-responsiveness. Failure to provide the information required by paragraphs (c) and (d) of this clause may cause Indian Affairs to find an offer non-responsive and to reject it. (f) Eligibility. (1) Participation in the Mentor-Protégé Program established under section 831 of the National Defense Authorization Act for Fiscal Year 1991 (25 U.S.C. 47 note) does not render an Indian economic enterprise ineligible for contracts awarded under the Buy Indian Act. (2) If a contractor no longer meets the definition of an Indian economic enterprise after award, the contractor must notify the CO in writing. The notification must include full disclosure of circumstances causing the contractor to lose eligibility status and a description of any actions that the contractor will take to regain eligibility. Failure to give the CO immediate written notification means that: (i) The economic enterprise may be declared ineligible for future contract awards under this part; and (ii) Indian Affairs may consider termination for default if it is in the best interest of the government. 1452.280-3 Subcontracting Limitations (JUL 2013) (a) Definitions as used in this clause. (1) Concern means any business entity organized for profit (even if its ownership is in the hands of a nonprofit entity) with a place of business located in the United States or its outlying areas and that makes a significant contribution to the U.S. economy through payment of taxes and/or use of American products, material and/or labor, etc. It includes but is not limited to an individual, partnership, corporation, joint venture, association, or cooperative. For the purpose of making affiliation findings (see 19.101) any business entity, whether organized for profit or not, and any foreign business entity, i.e., any entity located outside the United States and its outlying areas. (2) Subcontract means any agreement (other than one involving an employer-employee relationship) entered into by a Government prime contractor or subcontractor calling for supplies and/or services required for performance of the contract, contract modification, or subcontract. (3) Subcontractor means a concern to which a contractor subcontracts any work under the contract. It includes subcontractors at any tier who perform work on the contract. (b) Required Percentages of work by the concern. The contractor must comply with FAR 52.219-14 Limitations on subcontracting clause in allocating what percentage of work to subcontract. Of the work subcontracted, no more than 50 percent may be subcontracted to a concern other than a responsible Indian economic enterprise. (c) Indian Preference. Regardless of the contract type for services, supplies, or covered construction, the contractor agrees to give preference to Indian organizations and Indian owned economic enterprises in awarding subcontracts under this contract in accordance with DIAR 1452.226-71, Indian Preference. (d) Cooperation. The contractor must: (1) Carry out the requirements of this clause to the fullest extent; and (2) Cooperate in any study or survey that the CO, Indian Affairs, or its agents may conduct to verify the contractor's compliance with this clause. (e) Incorporation in Subcontracts. The contractor must incorporate the substance of this clause, including this paragraph (e), in all subcontracts for supplies, services, and construction awarded under this contract. 1452.280-4 Indian Economic Enterprise Representation (JUL 2013) The offeror represents as part of its offer that it [ ] does [ ] does not meet the definition of Indian economic enterprise as defined in 1480.201. (End of provision) Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) 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: The Contractor must email the COTR and Contracting Officer a copy of the IPP invoice. 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. PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. Award can only be made to contractors actively registered in SAM. Proposals are due 18 June 2015 at 12:00 (CDT). Proposals may be accepted by email at Margie.Wahkinney@bia.gov or faxed to (405) 247-2242. For information concerning this solicitation, please contact Margie M. Wahkinney at 405-247-1575 or use the above email address. Offerors should check the FedBizOpps/FedConnect websites often for new solicitation amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A15PS00667/listing.html)
 
Record
SN03757345-W 20150610/150608235511-8032cd520999337b2d2770a5afdea2d6 (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.