Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 20, 2017 FBO #5688
MODIFICATION

U -- OT Services, BIE, PINE SPRINGS

Notice Date
6/18/2017
 
Notice Type
Modification/Amendment
 
NAICS
611710 — Educational Support Services
 
Contracting Office
BIA NAVAJO 00009 301 WEST HILL ROOM 346 Contracting Office Gallup NM 87301 US
 
ZIP Code
00000
 
Solicitation Number
A17PS00763
 
Response Due
6/22/2017
 
Archive Date
7/7/2017
 
Point of Contact
Benallie, Lynelle
 
Small Business Set-Aside
Total Small Business
 
Description
OT Services, BIE, Pine Springs School Amendment No. One (1) is issued as follows: 1. The set aside is changed to 100% Total Small Business. 2. The response date is extended to June 22, 2017, 4:00 p.m. MDT. The Bureau of Indian Affairs (BIA) is soliciting offers to procure Occupational Therapy Services for BIE, Pine Springs Day School, Pine Springs, AZ. 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. A17PS00763 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 2005-95. This acquisition is set aside 100% for Total Small Business. NAICS Code: 611710, Small Business Size Standard: $15.0 million. This RFQ is issued Subject to Availability of Funds (SAF). This award will consist of a Base Year and Four (4) Option Years. See attached Statement of Work. PROPOSAL LINE ITEMS: Base Year: August 1, 2017 to June 30, 2018 1.Visit Cost (travel time to and from Pine Springs,) 18Visits @ $________ per visit = $_________________. 2. 4 Evaluation Reports @ $______________ per report = $______________. 3.Rate for all hours of on site or consultative time as needed $_____________. 50 hours x $______________rate = $________________ 4. Mileage: $__________ x _____________miles x 18 visits = $_____________. GRAND TOTAL: $_____________________ Option Year One (1): July 1, 2018 to June 30, 2019 5.Visit Cost (travel time to and from Pine Springs,) 19Visits @ $________ per visit = $_________________. 6. 4 Evaluation Reports @ $______________ per report = $______________. 7.Rate for all hours of on site or consultative time as needed $_____________. 50 hours x $______________rate = $________________ 8. Mileage: $__________ x _____________miles x 18 visits = $_____________. GRAND TOTAL: $_____________________ Option Year Two (2): July 1, 2019 to June 30, 2020 9.Visit Cost (travel time to and from Pine Springs,) 20Visits @ $________ per visit = $_________________. 10. 4 Evaluation Reports @ $______________ per report = $______________. 11.Rate for all hours of on site or consultative time as needed $_____________. 50 hours x $______________rate = $________________ 12. Mileage: $__________ x _____________miles x 18 visits = $_____________. GRAND TOTAL: $_____________________ Option Year Three (3): July 1, 2020 to June 30, 2021 13.Visit Cost (travel time to and from Pine Springs,) 21Visits @ $________ per visit = $_________________. 14. 4 Evaluation Reports @ $______________ per report = $______________. 15.Rate for all hours of on site or consultative time as needed $_____________. 50 hours x $______________rate = $________________ 16. Mileage: $__________ x _____________miles x 18 visits = $_____________. GRAND TOTAL: $_____________________ Option Year Four (4): July 1, 2021 to June 30, 2022 17.Visit Cost (travel time to and from Pine Springs,) 22Visits @ $________ per visit = $_________________. 18. 4 Evaluation Reports @ $______________ per report = $______________. 19.Rate for all hours of on site or consultative time as needed $_____________. 50 hours x $______________rate = $________________ 20. Mileage: $__________ x _____________miles x 18 visits = $_____________. GRAND TOTAL: $_____________________ Travel costs incurred for transportation, lodging, meals, and incidental expenses (as defined in the regulation cited in FAR 31.205-46) shall be considered to be reasonable and allowable only to the extent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulations (FTR). The consultant will be reimbursed for travel to provide support at a Government site or other site as may be specified under the contract. Consultant shall provide supporting documentation and a detailed breakdown of incurred travel costs with each invoice. BACKGROUND INVESTIGATION: In accordance with 25 U.S.C. 3201 (P.L. 101-630), Indian Child Protection and Family Violence Prevention Act; 42 U.S.C. 13041, Crime Control Act of 1990; 441 Departmental Manual, Personnel Security and Suitability Requirements all positions with duties and responsibilities involving regular contact with or control over Indian children are subject to a background investigation and determination of suitability for employment. Accordingly, all such positions require a favorable screening (applicant and suitability) determination made by the Bureau of Indian Affairs (BIA) Office of Indian Education Programs (OIEP), Personnel Security and Suitability Program; and a favorable background investigation determination conducted by the Office of Personnel Management (OPM). A favorable screening (applicant and suitability) determination must be made by the Bureau of Indian Affairs (BIA) Office of the Indian Education Programs (OIEP), Personnel Security and Suitability Program prior to contract award or made within 60 days of incorporation of this clause into a current/existing contract. Pending completion of a background investigation by OPM, the Contractor who has been granted a favorable screening (applicant and suitability) determination must be within the sight and under the supervision of a Government employee who has had a completed background investigation (42 U.S.C 13041 (3)) during contract performance until a final background investigation determination has been made. Prior employment with the Federal Government, including BIA, OIEP or the Bureau of Indian Affairs, does not assure that the appropriate screening or investigation was conducted nor does it alleviate or guarantee a favorable screening (applicant and suitability) determination or background investigation. Prior to an award or during the 60 day period discussed in paragraph two, it is solely the company, individual or contractor's responsibility to contact the BIA, OIEP Personnel Security and Suitability Program at 505-563-5287/5288/5289/5294 in order to obtain a complete security package, which includes but is not limited to appropriate investigative forms and/or inquire about their previous investigation; and, obtain a screening (applicant and suitability) determination, and subsequent final background investigation. If an unfavorable screening (applicant and suitability) determination is made, a purchase order shall not be awarded to the individual who received an unfavorable screening or to the company who has proposed to employ the individual to perform the work. The individual and or the company who proposed to employ this individual may be determined to be non-responsible if an unfavorable screening (applicant and suitability) determinations is made, which will make them ineligible for purchase order award. If an unfavorable final background investigation determination is made, the purchase order may be terminated and the employee in question shall not be authorized to provide service to the BIA, OIEP, if the services involve contact with or regular control over Indian children. 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. Familiarity with location 2. Technical Approach 3. 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 clauses apply 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; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (a) of FAR 52.212-5 the following applies: FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L.108-77, 108-78). In paragraph (b) of FAR 52.212-5(b), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.225-1 Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d); FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management(Jul2013)(31 U.S.C. 3332); and FAR 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332); FAR 52.217-8 Option to Extend Services; FAR 52.2217-9 Option to Extend the Term of the Contract; FAR 52.222-55 Minimum Wages Under Executive Order 13658; 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan2014); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar2007); 52.229-3, Federal, State, and Local Taxes (Feb2013). FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug2011); 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (Dec 2013); Department of the Interior Acquisition Regulation FAR and DIAR clauses are herein incorporated as follows: FAR 52.232-18, Availability of Funds (April 1984); DIAR 1452.226-71 Indian Preference Program, DIAR 1452.204-70 Release of Claims; Background Investigations Requirement; Federal Travel Regulations. The Federal Acquisition Regulations clauses and provisions are available on the Internet at: http://www.acquisition.gov or may be requested from the Contracting Officer. 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 [CO to edit and include the documentation required under this contract]: -A copy of the contractor ¿s invoice shall be included with the IPP invoice. If no invoice is attached, the Invoice will be rejected. 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) prior to the contract award date, but no more than 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. As prescribed in 32.009-2, insert the following clause: (a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. (b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. (End of clause) The Federal Acquisition Regulations clauses and provisions are available on the website at http://www.acquisition.gov or may be requested from the Contracting Officer. A signed and dated offer SF-1449 Form; Responses to FAR 52.212-2, Evaluation Factors; DUNS NUMBER: _______________; Signed RFQ are due at the Bureau of Indian Affairs, Navajo Regional Office, Branch of Acquisitions, Attention: Lynelle Benallie, by 4:00 p.m. Local Time (MDT), June 22, 2017. 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 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 System for Award Management (SAM) 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 SAM, go to: http://www.sam.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A17PS00763/listing.html)
 
Record
SN04548736-W 20170620/170618233131-76213778a1a988848d0ad39744507b2f (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.