Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2019 FBO #6455
SOLICITATION NOTICE

Z -- BIE/NMNN/FM/DUCT SYSTEM CLEANING

Notice Date
7/25/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Bureau of Indian Education (BIE)<br />Acq Business Support Center<br />12220 Sunrise Valley Drive<br />Reston<br />VA<br />20191<br />US<br />
 
ZIP Code
20191
 
Solicitation Number
140A1619Q0279
 
Response Due
8/8/2019
 
Archive Date
8/23/2019
 
Point of Contact
Johnson, Mary Jane
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
THIS IS A INDIAN SMALL BUSINESS ECONOMIC ENTERPIRESES SET ASIDE 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. 140A1619Q0279 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 2005-101. This acquisition is a ISBEE Set aside. NAICS Code: 238220. Duct Cleaning Services for Red Rock Day School in Red Valley, Arizona. SOW Red Rock Day School is requiring the following services. Contractor shall provide all labor, materials, supervision and all incidentals necessary to provide duct cleaning services at Red Rock Day School in Red Valley, Arizona in accordance to the attached Statement of Work. Offeror ¿s Price Schedule: Duct Cleaning Services = $ ____________ Mobilization = $ _______________ All Applicable Taxes = $___________________ TOTAL = $____________________ Travel cost 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 Regulation. Award will be made to the lowest priced acceptable offeror, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. General Contractor performance must have at least a minimum of 5 year ¿ experience in HVAC System. Must provide a copy of General Contractor license. Past performance must be recent, having been performed in the last five (5) years with three or more projects of equivalent size, scope, magnitude, and complexity. The Offeror is to provide the contract number, contract value, descriptions of work, phone number, and e-mail addresses on past contracts. The Past Performance by assessing and reviewing contact information from a list of recently completed projects that are similar in scale/scope quality of service, project management, subcontracting, timeliness/schedule, responsiveness, reporting, and resolving customer satisfaction problems. 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 Education (BIE) will conduct a favorable background investigation determination conducted by the SIPI. 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. 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. CONTRACT CLAUSES: The following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors 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 (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 52.2013, Contractor Code of Business Ethics and Conduct; FAR 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR FAR 52.222-41, Service Contract Act 1965; FAR 52.223-15, Energy Efficiency in Energy-Consuming Products; FAR 52.211-6, Brand Name of Equal; FAR 52.225-1 Buy American Act-Supplies; FAR, 52.232-34, Payment by Electronic Funds Transfer-System for Award Management; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items of FAR 52.212-5(c), 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 52.222-55, Minimum Wages Under Executive Order 13658; FAR 52.232-18, Availability of Funds; FAR 52.216-02, Economic Price Adjustment-Standard Supplies; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors and DIAR clauses are herein incorporated as follows:. DIAR 1452.280-1 Notice of Indian small business economic enterprise set-aside ; DIAR, 1452.280-2; DIAR, 1452.280-3 Subcontracting limitations; DIAR, 1452.280-4 Indian economic enterprise representation; DIAR, 1480.102 Buy Indian Act acquisition regulations; DIAR, 1480.503 Commercial item or simplified acquisitions; DIAR 1480.601 Subcontracting limitations; DIAR, 1452.226-70, Indian Preference; DIAR, 1452.226-71, Indian Preference Program. The Federal Acquisition Regulations clauses and provisions are available on the Internet at: http://www.arnet.gov/far or may be requested from the Contracting Officer. Award will be made at a fair and reasonable price to the lowest responsive and responsible offeror whose quote conforming to the requirements herein will be the most advantageous to the Government. Provide DUNS# and Tax ID# with a signed and dated quote, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items and DIAR 1452.280-4, Indian Economic Enterprise Representation. These two documents (completed 52.212-3 and DIAR 1452.250-4) are required to be considered for award. The RFP is due at the Department of the Interior, Bureau of Indian Affairs, Central Region Office, Division of Acquisition, Attention: Mary Jane Johnson, 1001 Indian School Road, NW, Suite 349, Albuquerque, New Mexico 87104, by, Thursday, August 08, 2019, 12:00 PM (Local Time, Albuquerque, N.M.) copies of the proposals will be accepted by email. Any further questions regarding this announcement may be directed to Mary Jane Johnson, Contract Specialist, by email to Maryjane.johnson@bia.gov. All contractors submitting proposals must be registered in the SAM.gov, 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 the SAM, go to: http://www.SAM.gov. Your package should include the following: SECTION A: Cover sheet General Contractor License (attach a copy) Past Performance: 5 years Offeror ¿s Price Schedule FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items DIAR 1452.280-4, Indian Economic Enterprise Representation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/140A1619Q0279/listing.html)
 
Record
SN05381514-F 20190727/190725230027 (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.