Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2010 FBO #3086
SOLICITATION NOTICE

R -- Minerals Analysis services for Indian-owned mining chat within the Tar Creek Superfund site.

Notice Date
5/5/2010
 
Notice Type
Presolicitation
 
Contracting Office
BIA-Eastern Oklahoma Regional Contracting Office 3100 West Peak Blvd. Muskogee OK 74401
 
ZIP Code
74401
 
Solicitation Number
SMM00100008
 
Response Due
6/5/2010
 
Archive Date
5/5/2011
 
Point of Contact
Richard D. Scroggins Contracting Officer 9187814612 richard,scroggins@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
Announcement/Request for Proposal For Prosecutorial Services for the Bureau of Indian Affairs (BIA) The following information pertains to the requirement for the BIA-Eastern Oklahoma Regional Office for Mineral Analysis Services: (1) Date: 5/05/2010(2) Year: 2010(3) Contracting Office Zip Code: 74402-8002(4) Classification Code:R(5) Contracting Office Address: BIA- Eastern Oklahoma Regional Office Attention: AcquisitionP.O. Box 8002Muskogee, OK 74402-8002 (6) Subject: Procurement of Mineral Analysis Services (7) Closing Response Date: 1700 hours CST, 6/05/2010.(8) Contact Point or Contracting Officer: BIA- Eastern Oklahoma Regional Office Attention: AcquisitionP.O. Box 8002Muskogee, OK 74402-8002 (9) Contract Award and Solicitation Number. SMM 0010 0008 (10) Contract Line Item Number(s): One (1), 0001-Basic Contract: (12) Contract Award Date: 6/09/2010(13) Proposed Contractor: None(15) Description: The chat piles in Ottawa County are a result of historic lead and zinc mining practices. The chat piles are distributed throughout Ottawa County in northeastern Oklahoma. The cities closest to the chat piles are Picher and Cardin. The nearest sizable city is Miami, Oklahoma. The area in which the chat is distributed is currently known as the Tar Creek Superfund Site.The BIA-Eastern Oklahoma Region requires Minerals Analysis services for Indian-owned mining chat within the Tar Creek Superfund site, Ottawa County, Oklahoma. The chat at the site is a unique mineral generated during historical mining activities. The chat is considered by the Environmental Protection Agency as the source material at the approximately 40 square mile National Priorities List site. There are sixteen substantial chat piles that have been appraised. There are also distal chat piles, as defined by EPA in the February 2008 Record of Decision for the Superfund Site. The distal chat is chat spread in smaller quantities over the land surrounding and adjacent to the major chat piles. Fourteen properties with distal chat require mineral analysis of the chat as located on the property, as well as mineral analysis of the chat consolidated into a larger pile at a separate location. The goals of addressing the distal chat piles are to determine chat marketability and value, and identify economic uses of the chat.- Quantity: 1- Unit of issue: EA- Delivery schedule: Mineral Analysis report must be completed within 45 calendar days of contract award. -The tasks to be completed are as follows: " The distal mineral (chat) value with the distal chat in place (current condition).o Determine quantity and distributiono Complete recent sales researcho Review today's acceptable uses of chato Review potential marketso Review financial viability " The anticipated distal mineral (chat) value with the distal chat collected and consolidated with the large chat piles (Cost of collection, transportation and consolidation of distal chat should not be considered as part of his analysis).oQuantify the smaller chat pilesoApply market royalty rates from the updated FAIR MARKEY ROYALTY ANALYSIS for 2010 (16) Place of Contract Performance: Ottawa County, Oklahoma (17) Set-aside Status: None (18) Procedures to be used in awarding the contract: Request for written proposal. (19) Source Selection Procedures: Best Value Continuum using three (3) factors.(20) Duration of the contract period: Award date plus 50 calendar days.(21) Anticipated Award Date: June 9, 2010(22) Government-furnished information:" Any GIS files that will serve to identify the areas of chat." Legal descriptions of lands where distal chat is located " Known EPA regulations addressing the acceptable uses of chat" Other known public health information or regulations that address the uses of chat" Known Congressional Laws or Bills that address chat Government furnished information will not include ownership information. (23) Proposal shall be mailed to arrive at the below location on/or before 1700 hours CST, June 04, 2010: BIA- Eastern Oklahoma Regional Office Attention: AcquisitionP.O. Box 8002Muskogee, OK 74402-8002 (24) Government's Right to Protect Its Interest: The Government reserves the right to protect its interest. If the Contracting Officer determines at any time during the period of performance that the appraiser's performance is substandard, the Contractor agrees to either correct the problem(s) immediately or supply a new Appraiser. The contractor may not release any information concerning the analysis to any person outside the Bureau of Indian Affairs. (25) The contractor shall submit a monthly invoice referencing the contract number to the address below: Shane ScottBureau of Indian AffairsEastern Oklahoma RegionP.O. Box 8002Muskogee, OK 74402-8002 Partial payments shall be made upon receipt of a proper approved invoice of services rendered.If the contractor is a small business, the contractor may request the accelerated payment method for small businesses IAW 5 CFR Part 1315 Section 1315.5.(26) The following Department of Interior Acquisition Regulation System (DIAR) clauses apply to this acquisition. a. DIAR1450-0016-01, Homeland Security Presidential 12 (HSPD-12)b. DIAR1450-0016-02, E.O. 13513-Federal Leadership on Reducing Text Messaging, While Drivingc. DIAR 1452.203-70, Restriction on Endorsementsd. DIAR1452-204-70, Release of Claimse. DIAR1452-215-71, Use and Disclosure of Proposal Informationf. DIAR1452-226-70, Indian Preferenceg. DIAR1452-226-71, Indian Preference Program (27) The clause at FAR 52.204-06, Data Universal Numbering System (DUNS) Number, applies to this acquisition.(28) The clause at FAR 52.204-07, Central Contractor Registration, applies to this acquisition.(29) The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (30) The provision at FAR 52.212-2, Evaluation -- Commercial Items is applicability. 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:i. Past Performance (See Past Performance Evaluation Below).ii. Technical Capability (How well the Offeror's proposal complies with the requirements of this announcement).iii. Proposed Price (Self explanatory). b. 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. Note: Past performance and technical when combined with all evaluation factors other than cost or price, are significantly more important than cost or price. (31) Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.(32) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (33) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following clauses listed under FAR clause 52.212-5 are applicable:a. FAR 52.219-06, Notice of Total Small Business Set-Aside, alternate II, dated Mar 2004b. FAR 52.222-03, Convict Laborc. FAR 52.222-21, Prohibition of Segregated Facilitiesd. FAR 52.222-26, Equal Opportunitye. FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Ear, and Other Eligible Veteransf. FAR 52.222-36, Affirmative Action for Workers with Disabilitiesg. FAR 52.222-50, Combating Trafficking in Personsh. FAR 52.233-03, Protest after Awardi. FAR 52.233-04, Applicable Law for Breach of Contract Claim (34) The clause at FAR 52.222-41, Service Contract Act of 1965, applies to this acquisition. (35) The clause at FAR 52.232-25, Prompt Payment, applies to this acquisition.(36) The clause at FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, applies to this acquisition.(37) The clause at FAR 52.246-20, Warranty of Services, applies to this acquisition. Notwithstanding inspection and acceptance by the Government or any provision concerning the conclusiveness thereof, the Contractor warrants that all services performed under this contract will, at the time of acceptance, be free from defects in workmanship and conform to the requirements of this contract. The Contracting Officer shall give written notice of any defect or nonconformance to the Contractor within 30 days from the date of acceptance by the Government. (38) The clause at FAR 52.249-04, Termination for Convenience of the Government (Services) (Short Form), applies to this acquisition.(39) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 76.(40) Contact Richard D. Scroggins at telephone number (918) 781-4612, Fax: (918) 781-4621 or e-mail richard.scroggins@bia.gov for information regarding this solicitation: Note: 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; proposals are being requested and a written solicitation will not be issued. Past Performance Evaluation: Past performance is a measure of the degree to which and Offeror, as an organization, has during the past three (3) years: (1) satisfied its customers, and (2) complied with federal, state, and local laws and regulations. The Offeror shall provide a list of references using the PAST Performance Matrix (Attachment 1), who will be able to provide information regarding the Offeror's past performance during the past three (3) years regarding: (1) customer satisfaction, (2) timeless; (3) technical success; (4) program management; and (5) quality. The Offeror's reference information must be current to facilitate the evaluation process.The Offeror will submit the Past Performance Questionnaire (Attachment 2) to each of the references listed on the Past Performance Matrix (attachment 1), a minimum of three (3) is required. Completed Past Performance Questionnaires may be mailed, faxed or emailed. The Offeror shall instruct the references to complete the Past Performance Questionnaire and return it directly to: BIA- Eastern Oklahoma Regional Office Attention: AcquisitionP.O. Box 8002Muskogee, OK 74402-8002Fax: (918) 781-4621 Email: richard.scroggins@bia.gov The Offerors' selected references must be listed on the Past Performance Matrix. Failure of the references to submit the Past Performance Questionnaire to the contract specialist within the requested timeframe may result in the inability of the Government to rank the Offeror's past performance and may affect the overall Level of Confidence of the Offeror's capability. It is the Offeror's responsibility to ensure that references responds with the required timeframe. In the investigation of an Offeror's past performance, the Government has the right to contact former customers and Government agencies, and other private and public sources of information. Offerors must either provide the above information or affirmatively state that it possesses not relevant, directly related, or similar past performance. Attachment 1 Past Performance Matrix References$ Value of ContractWork Description Contract Completed on Time YES/NOContract Completed at Cost YES/NO (if no % of overrun)Provide Explanation for NO answers References column should include government activity/company name, address, and POC and telephone number.Attachment 2 PAST PERFORMANCE QUESTIONNAIRE FOR SOLICITATION NUMBER: SMM 0010 0008 Offeror's Name: ****************************************************************************** Name of agency/activity completing questionnaire:Name and title of the person completing questionnaire: Length of time your agency/activity has been involved with the offeror: SUBMIT PAST PERFORMANCE QUESTIONNAIRE BY: 1700 hours CST, June 04, 2010TO:BIA- Eastern Oklahoma Regional Office Attention: AcquisitionP.O. Box 8002Muskogee, OK 74402-8002Fax: (918) 781-4621 Email: richard.scroggins@bia.gov ****************************************************************************** RATING SCALE Please use the following ratings to answer the questions. EVALUSTION CRITERIA Excellent - The offeror's performance was consistently superior. The contractual performance was accomplished with minor problems, to which corrective actions taken by the contractor were highly effective. Good - The offeror's performance was better than average. The contractual performance was accomplished with some minor problems, to which corrective actions taken by the contractor were effective. They would be willing to do business with the offeror again. Poor - The offeror's performance was entirely inadequate. The contractual performance of the element being assessed contains problems, to which contractor's corrective actions appear to be or were ineffective. They would not do business with the offeror again under any circumstances. N/A - The contractual performance of the element being assessed was never an issue, or there is no knowledge of the element in question. EXCELLENTGOODPOORN/ACUSTOMER SATIFICATION The referenced contractor was responsive to the customer's need. The contractor's personnel were qualified to meet the requirements. The contract's ability to accurately estimate cost. TIMELINESS The contractor's ability to ensure, to the extent of its responsibility, that all tasks were completed within the requested time frame. TECHNICAL SUCCESS The contractor has a clear understanding of the tasks detailed in the SOW and /or delivery orders. The contractor's ability to complete tasks correctly the first time. The contractor's ability to resolve problems. PROGRAM MANAGEMENT Did the contractor successfully manage its subcontractors? Was the contractor's management effective in controlling cost, schedule and performance requirements? QUALITY The contractor's quality and reliability of services delivered. PLEASE PROVIDE SUBJECTIVE RESPONSES FOR THE FOLLOWING: 1.Would you recommend this contractor for similar Government contracts? Please explain: 2.Have you experienced special or unique problems with the referenced contractor that the Government should be aware of in making our decision?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/SMM00100008/listing.html)
 
Place of Performance
Address: Ottawa County, Oklahoma.
Zip Code: 744028002
 
Record
SN02140564-W 20100507/100505234618-29845168edd6f5eb3d19f9a9158e3073 (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.