SOLICITATION NOTICE
69 -- RECOVERY--69--RECOVERY - RECOVERY: Interactive Whiteboards
- Notice Date
- 1/28/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 1001 Indian School Rd., NW Suite 347, Albuquerque, NM 87104
- ZIP Code
- 87104
- Solicitation Number
- RA001011018
- Response Due
- 2/8/2011
- Archive Date
- 8/7/2011
- Point of Contact
- Name: Darlene Dillon, Title: Contract Specialist, Phone: (505)563-3025, Fax: (505)563-3019
- E-Mail Address
-
darlene.dillon@bia.gov;
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is RA001011018 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 FAC 2005-49. The associated North American Industrial Classification System (NAICS) code for this procurement is 334419 with a small business size standard of 500.00 employees. 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 2011-02-08 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be San Felipe Pueblo, NM 87001 The Bureau of Indian Affairs requires the following items, Brand Name or Equal, to the following: LI 001, #771314 Mimio Interactive, 13, EA; LI 002, #771217 Mimio Pad, 21, EA; LI 003, #3771347 Mimio Xiwireless 2.0 upgrade kit, 15, EA; LI 004, #762020 PJD351 DLP Short Throw PROJ XGA 16:9 2500 Lumens, 15, EA; LI 005, #785507 Mimio Interactive+ Capture 5 get 1 free group, 2, EA; 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. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.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 http://www.acqnet.gov/far. Offerors must be registered in Online Representation & Certification Application (ORCA) https://orca.bpn.gov/ at the time of proposal submittal RECOVERY-this procurement is funded by the American Recovery and Reinvestment Act of 2009 (ARRA) and is subject to the transparency and reporting requirements of Public Law 111-5 as stated in FAR Clause 52.204-11 and the American Recovery and Reinvestment Act Reporting Requirements (MAR 2010 DEVIATION) available on the web at http://www.doi.gov/pam/diapr.html. The following Clauses are also hereby incorporated by reference at http://www.farsite.hill.af.mil.html: 52.203-15, 52.204-11, 52.212-4, 52.212-5, 52.231-4, 52.214-26, 52.215-2 and Alternate I, 52.225-21 thru 52.225-24, 52.244-6. Receipt of award is contingent on the recipient meeting the requirements in Section 1512 (reports on use of funds) of the Recovery Act. RECOVERY-Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government While Driving: The text of this clause is found in Department of the Interiors Guidance Release 2010-4, issued March 25, 2010, which may be accessed at the website http://www.doi.gov/pam/DIG_2010-04[1].pdf. The following clauses are included by reference and can be viewed at http://www.farsite.hill.af.mil: 52.249-1 Termination for Convenience of the Government (Supplies)52.249-8 Default (Fixed Price Supply and Service)52.247-34 F.O.B. Destination1452.204-70 Release of Claims52.222-54 Employment Eligibility Verification52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions52.212-04 Contract Terms and Conditions--commercial items The Contractor's invoices must be submitted before payment can be made. The Contractor will be paid on the basis of the invoice, which must state (a) the starting and ending dates of the subscription delivery, and Purchase/Delivery Order number, the word 'final' on final invoice, (b) either that orders have been placed in effect for the addressees required, or that the orders will be placed in effect upon receipt of payment. (a) The Government may extend the term of this contract by written notice to the Contractor within three days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least five days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed twelve months. United States law will apply to resolve any claim of breach of this contract. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:[Contracting Officer check as appropriate.]_X (1) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUNE 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)_X (2) 52.204-11, American Recovery and Reinvestment ActReporting Requirements (JUL 2010) (Pub. L. 111-5)._X (3) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available off-the-shelf items)._X (4) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755)._X (5) 52.222-19, Child LaborCooperation with Authorities and Remedies (JUL 2010) (E.O. 13126).X_ (6) 52.222-21, Prohibition of Segregated Facilities (FEB 1999)._X (7) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246)._X (8) 52.225-1, Buy American ActSupplies (FEB 2009) (41 U.S.C. 10a-10d)._X (9) 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (OCT 2003) (31 U.S.C. 3332)._X (10) 52.232-36, Payment by Third Party (FEB 2010) (31 U.S.C. 3332). (a) Within thirty (30) days after award of this contract, the Contractor shall advise the State of New Mexico of this contract by registering with the State of New Mexico, Taxation and Revenue Department, Revenue Division, pursuant to the Tax Administration Act of the State of New Mexico and shall identify the contract number. (b) The Contractor shall pay the New Mexico gross receipts taxes, pursuant to the Gross Receipts and Compensating Tax Act of New Mexico, assessed against the contract fee and costs paid for performance of this contract, or of any part or portion thereof, within the State of New Mexico. The allowability of any gross receipts taxes or local option taxes lawfully paid to the State of New Mexico by the Contractor or its subcontractors will be determined in accordance with the Allowable Cost and Payment clause of this contract except as provided in paragraph (d) of this clause. (c) The Contractor shall submit applications for Nontaxable Transaction Certificates, Form CSR-3C, to the State of New Mexico Taxation and Revenue Department, Revenue Division, P.O. Box 630, Santa Fe, New Mexico 87509. When the Type 15 Nontaxable Transaction Certificate is issued by the Revenue Division, the Contractor shall use these certificates strictly in accordance with this contract, and the agreement between the Bureau of Indian Affairs and the New Mexico Taxation and Revenue Department. (d) The Contractor shall provide Type 15 Nontaxable Transaction Certificates to each vendor in New Mexico selling tangible personal property to the Contractor for use in the performance of this contract. Failure to provide a Type 15 Nontaxable Transaction Certificate to vendors will result in the vendor's liability for the gross receipt taxes and those taxes, which are then passed on to the Contractor, shall not be reimbursable as an allowable cost by the Government. (e) The Contractor shall pay the New Mexico compensating user tax for any tangible personal property which is purchased pursuant to a Nontaxable Transaction Certificate if such property is not used for Federal purposes. (f) Out-of-state purchase of tangible personal property by the Contractor which would be otherwise subject to compensation tax shall be governed by the principles of this clause. Accordingly, compensating tax shall be due from the contractor only if such property is not used for Federal purposes.) (g) The Bureau of Indian Affairs may receive information regarding the Contractor from the Revenue Division of the New Mexico Taxation and Revenue Department and, at the discretion of the Bureau of Indian Affairs, may participate in any matters or proceedings pertaining to this clause or the above-mentioned Agreement. This shall not preclude the Contractor from having its own representative nor does it obligate the Bureau of Indian Affairs to represent its Contractor. (h) The Contractor agrees to insert the substance of this clause, including this paragraph (h), in each subcontract which meets the criteria in 29.401-4(b)(1) through (3) of the Federal Acquisition Regulation, 48 CFR part 29. (i) Paragraphs (a) through (h) of this clause shall be null and void should the Agreement referred to in paragraph (c) of this clause be terminated; provided, however, that such termination shall not nullify obligations already incurred prior to the date of termination. The Contracting Officer will be out of the office and unable to respond to inquiries and questions until Monday, February 7, 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RA001011018/listing.html)
- Place of Performance
- Address: San Felipe Pueblo, NM 87001
- Zip Code: 87001
- Zip Code: 87001
- Record
- SN02368528-W 20110130/110128233839-56fb521a5af8550f991814c0d2d0be3c (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 |