Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2016 FBO #5353
MODIFICATION

Z -- Siding Replacement Project

Notice Date
7/18/2016
 
Notice Type
Modification/Amendment
 
Contracting Office
Bureau of Indian Affairs, Billings, MT 59101
 
ZIP Code
59101
 
Solicitation Number
0040281340
 
Response Due
8/1/2016
 
Archive Date
1/28/2017
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is 0040281340 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. The associated North American Industrial Classification System (NAICS) code for this procurement is 238170 with a small business size standard of $15.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-08-01 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The Bureau of Indian Affairs requires the following items, Meet or Exceed, to the following: LI 001: SIDING REPLACEMENT FOR QUARTERS 110 -- Lead-based paint siding replacement work to be performed in this Statement of Work (SOW). The siding work shall be based on the enclosed drawings/plans for the quarters. All work will adhere to the approved drawings/plans and specifications provided under this SOW. The Contractor shall be, or will provide a Certified Lead-Based Paint Abatement contractor to handle all lead based painted material and provide professional contracted services for the siding replacement of Bureau of Indian Affairs Quarters. **SEE ATTACHMENTS FOR FURTHER DETAILS**, 1, JOB; LI 002: SIDING REPLACEMENT FOR QUARTERS 111 -- Lead-based paint siding replacement work to be performed in this Statement of Work (SOW). The siding work shall be based on the enclosed drawings/plans for the quarters. All work will adhere to the approved drawings/plans and specifications provided under this SOW. The Contractor shall be, or will provide a Certified Lead-Based Paint Abatement contractor to handle all lead based painted material and provide professional contracted services for the siding replacement of Bureau of Indian Affairs Quarters. **SEE ATTACHMENTS FOR FURTHER DETAILS**, 1, JOB; LI 003: SIDING REPLACEMENT FOR QUARTERS 113 -- Lead-based paint siding replacement work to be performed in this Statement of Work (SOW). The siding work shall be based on the enclosed drawings/plans for the quarters. All work will adhere to the approved drawings/plans and specifications provided under this SOW. The Contractor shall be, or will provide a Certified Lead-Based Paint Abatement contractor to handle all lead based painted material and provide professional contracted services for the siding replacement of Bureau of Indian Affairs Quarters. **SEE ATTACHMENTS FOR FURTHER DETAILS**, 1, JOB; LI 004: SIDING REPLACEMENT FOR QUARTERS 115 -- Lead-based paint siding replacement work to be performed in this Statement of Work (SOW). The siding work shall be based on the enclosed drawings/plans for the quarters. All work will adhere to the approved drawings/plans and specifications provided under this SOW. The Contractor shall be, or will provide a Certified Lead-Based Paint Abatement contractor to handle all lead based painted material and provide professional contracted services for the siding replacement of Bureau of Indian Affairs Quarters. **SEE ATTACHMENTS FOR FURTHER DETAILS**, 1, JOB; LI 005: SIDING REPLACEMENT FOR QUARTERS 114 -- Lead-based paint siding replacement work to be performed in this Statement of Work (SOW). The siding work shall be based on the enclosed drawings/plans for the quarters. All work will adhere to the approved drawings/plans and specifications provided under this SOW. The Contractor shall be, or will provide a Certified Lead-Based Paint Abatement contractor to handle all lead based painted material and provide professional contracted services for the siding replacement of Bureau of Indian Affairs Quarters. **SEE ATTACHMENTS FOR FURTHER DETAILS**, 1, JOB; LI 006: SIDING REPLACEMENT FOR QUARTERS 118 -- Lead-based paint siding replacement work to be performed in this Statement of Work (SOW). The siding work shall be based on the enclosed drawings/plans for the quarters. All work will adhere to the approved drawings/plans and specifications provided under this SOW. The Contractor shall be, or will provide a Certified Lead-Based Paint Abatement contractor to handle all lead based painted material and provide professional contracted services for the siding replacement of Bureau of Indian Affairs Quarters. **SEE ATTACHMENTS FOR FURTHER DETAILS**, 1, JOB; LI 007: SIDING REPLACEMENT FOR QUARTERS 119 -- Lead-based paint siding replacement work to be performed in this Statement of Work (SOW). The siding work shall be based on the enclosed drawings/plans for the quarters. All work will adhere to the approved drawings/plans and specifications provided under this SOW. The Contractor shall be, or will provide a Certified Lead-Based Paint Abatement contractor to handle all lead based painted material and provide professional contracted services for the siding replacement of Bureau of Indian Affairs Quarters. **SEE ATTACHMENTS FOR FURTHER DETAILS**, 1, JOB; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Bureau of Indian Affairs intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Bureau of Indian Affairs is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 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. 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. 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. (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: Technical and past performance, when combined, are equal when compared to price. (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. BUT in the event there are no Native American vendors available this Buy is OPEN to Small Businesses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/0040281340/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN04185839-W 20160720/160718234308-7196f92a43c9c1d6dcbd32e5a1ad3ff4 (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.