MODIFICATION
R -- Statistical Services for FRA; 100% Buy Indian Set-Aside
- Notice Date
- 4/23/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541219
— Other Accounting Services
- Contracting Office
- BIA CENTRAL 0001612220 Sunrise Valley Dr.Contracting OfficeRestonVA20191US
- ZIP Code
- 00000
- Solicitation Number
- A14PS00385
- Response Due
- 4/25/2014
- Archive Date
- 5/25/2014
- Point of Contact
- Ryan Geffre
- Small Business Set-Aside
- N/A
- Description
- Amendment 00001: This amendment shortens the response time to 4/25/14 5:00pm est. Statistical Services for FRA; 100% Buy Indian Set Aside Solicitation Number: A14PS00385 Notice Type: Pre-Solicitation Synopsis: Date: April 17, 2014 Classification Code: R = Professional, Administrative and Management Support NAICS: 541219 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR Part 13.5 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and written solicitation will not be issued. The solicitation number is A14PS00385 and is issued as a Request for Quotation (RFQ), unless otherwise indicated herein. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 541219 with a small business size standard of $19 million. This acquisition is 100% set aside for Buy Indian. Economic enterprises that are not at least fifty one percent owned by a Native American or Alaskan Native may not offer quotes in response to this notice and any quotes submitted by other than Indian owned businesses shall not be considered. Offerors shall certify that they are Indian owned. [See clause Notice of Indian Economic Enterprise (July 2013) below] BIA will award based upon Best Value methodology using the following evaluation factors. For this requirement, all evaluation factors other than cost or price, when combined are more significantly important than cost or price. The importance of price as an evaluation factor will increase with the degree of equality of technical quotations received in relation to the other evaluation factors. When technical capability tends to move toward equality, the significance of price increases, or when price is significantly high as to diminish the value of an otherwise technically superior quotation. The evaluation criteria are as follows: Note: Interested parties may request the attachments: (1) Statement of Work (SOW); (2) Example of a Sampling Methodology Factor 1 Technical Capability. Demonstrated ability to perform the tasks and/or services in the Statement of Work (SOW). The soundness of the contractors proposed methodology to accomplish the tasks in the SOW. The contractor shall describe its technical approach for accomplishing the work described in the SOW, including an itemized schedule of deliverables that demonstrates the contractors understanding of the SOW and the overall nature of this type of work in general and how its processes and procedures will deliver value to the government, citing specific examples when relevant. Factor 2 Past performance. The contractor shall demonstrate successful past performance in the areas of statistical services for projects of similar size, scope and complexity, citing no more than 3 references with contact information for similar projects in the past 5 years. The offeror is also required to submit a description of the service that was provided and proof that the work passed an external audit by an auditing firm. Factor 3 Price. Type of Contract: The government contemplates a fixed price contract. Period of Performance: The base period shall be 5/12/14 through 11/15/14. There will be one (4) option periods of twelve months exercised solely at the governments discretion. This work is considered severable services. Travel. Travel may be required in performance of this contract. Allowable travel and per diem are governed by P.L.99-234 and FAR Part 31. All travel shall be pre-approved and in accordance with terms and conditions of the Joint Travel Regulation (JTR) and reimbursement of costs shall not exceed the prevailing applicable per diem rates and limitations specified in the JTR. Vouchers and supporting documents shall be submitted for payment in the monthly invoice along with a trip report which includes, as a minimum, the purpose of the trip, date(s) of travel, labor category and any outcomes of the trip. REQUEST FOR QUOTE INSTRUCTIONS The contractor shall comply with the following instructions for preparing the Request for Quote (RFQ). Failure to comply with the terms and conditions stated herein may be interpreted by the Government as a non-responsive quote and result in an unfavorable rating. The first page of the technical plan and the cost/price quote should each indicate the title: Indian Affairs OFM Statistical Services. Font size for the quote shall be at least 12 point. Page margins shall be no less than 0.75 inch, single column style. Contractors shall limit their responses to twenty (10) double-sided pages or less including applicable tables, graphics, and appendices, excluding cover letter, and table of contents. The contractor shall provide a fixed price quotation via e-mail for this RFQ by 4 PM EST April 28th, 2014 submitted to the email address below. Quotations must include the following: (A) fixed price quote; (B) a project plan describing the offerors technical capability and proposed methodology for performing the tasks in the SOW. To receive full consideration, respondents must completely address each criteria in the SOW. Please provide general business information such as Tax Identification Number (TIN), business classification, socioeconomic status, and Dun and Bradstreet (DUNS) number. Awardee must be registered in System for Award Management (www.sam.gov) to be eligible for award. Q&A: Questions must be submitted electronically via e-mail to Ryan.Geffre@bia.gov no later than 4:00 pm local time, Washington, DC, Thursday, April 24th, 2014. Invoicing: All invoices will be submitted through www.IPP.Gov (Read Clause for additional information) Clauses: This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the CO will make their full text available. The provisions at FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008); 52.212-2 Evaluation-Commercial Items (Jan 1999); and FAR 52.212-3 Offeror Representations of Certifications (Aug 2009) apply to this acquisition. Quoters must include a complete copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items with their quote. If the Quoter does not have a copy of this provision, you may obtain a copy at www.acquisition.gov or contact the CO to receive a copy. Alternatively, quoters may cerify registration at https://orca.bpn.gov/. Provision FAR 52.252-1Solicitation Provisions Incorporated by Reference, Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (April 2011), FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Mar 2007); FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.225-13 Restrictions on Certain Foreign Purchases (June 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003). FAR 52.217-8 Option to Extend Services (Nov 1999). FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000). Department of the Interior Acquisition Regulation (DIAR):; 1452.226-70 Indian Preference (Apr 1984), 1452.226-70 Indian Preference Program (Apr 1984),1452.280-2 Notice of Indian Economic Enterprise Set Aside (Jul 2013), 1452.280-3 Subcontracting Limitations (Jul 2013), 1452.280-4 Indian Economic Enterprise Representation (Jul 2013), DOI Electronic Invoicing and Payment Requirements Internet Payment Platform (IPP) (September 2011) Contracting Officer: Ryan Geffre, (703) 390-6356; Ryan.Geffre@bia.gov NOTICE OF INDIAN ECONOMIC ENTERPRISE 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-Protg 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. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A14PS00385/listing.html)
- Record
- SN03346840-W 20140425/140423235414-b7f574fed144a41ce320388e5ebaefae (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 |