SOLICITATION NOTICE
B -- CLASS III ARCH SURVEY & REPORTS FOR FUELS PROGRAM
- Notice Date
- 4/27/2020 3:09:25 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- SOUTHERN PLAINS REGION ANADARKO OK 73005 USA
- ZIP Code
- 73005
- Solicitation Number
- 140A0320Q0012
- Response Due
- 5/29/2020 12:00:00 AM
- Archive Date
- 06/13/2020
- Point of Contact
- Tahdooahnippah, Margie
- E-Mail Address
-
Margie.Tahdooahnippah@bia.gov
(Margie.Tahdooahnippah@bia.gov)
- Small Business Set-Aside
- ISBEE Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior)
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this procurement is 140A0320Q0012 and is issued as a Request for Quote (RFQ). The Bureau of Indian Affairs (BIA), Southern Plain Regional Office intends to award a firm-fixed price contract in response to this Request for Quote (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-5 dated February 27, 2020. This solicitation is an Indian Small Business Economic Enterprise (ISBEE) set-aside. Under the Buy Indian Act, 25 U.S.C. 47, offers are solicited only from Indian Economic Enterprises (Subpart 1480.8) that are also small business concerns. Any acquisition resulting from this solicitation will be from such a concern. Offers received from enterprises that are not both Indian economic enterprises and small business concerns will not be considered and will be rejected. As part of your quote, you must complete and return the Indian Economic Enterprise Representation form (DIAR Clause 1452.280-4 (see attached)). The associated North American Industry Classification System code (NAICS) is 541620, Environmental Consulting Services and the size standard is $16.5 Mil. The Bureau of Indian Affairs (BIA), Southern Plains Regional Office, is soliciting offers for Class III Archaeological Survey and Reports for the Fuels Management Program. Price Schedule (Offerors shall submit detailed prices for each archaeological survey and reports): CLIN 00001: KCA 845/846 Spur Mechanical, Sec 7 - T3N -R11W, IM, Comanche Co., OK, USGS 7.5 Minute Quadrangle: Fort Sill Allotment: KCA 845A, J, K & 846C, F, J. (46 acres) Price: $________________________ CLIN 00002: KCA 1958/367 Mechanical, Sec 5 & 7 - T1N -R11W, IM, Comanche Co., OK, USGS 7.5 Minute Quadrangle: Lawton Allotment: KCA 1958C, F, G, M & 367, A, B. (37 acres) Price: $________________________ CLIN 00003: Indiahoma East Complex Dozerline, Sec 30 - T2N -R14W, IM, Comanche Co., OK, USGS 7.5 Minute Quadrangle: Post Oak Creek Allotment: KCA 1169A & 2649E. (219 acres) Price: $________________________ CLIN 00004: Bob White Complex Mechanical, Sec 24 - T12N -R1E, IM, Oklahoma Co., OK, & Sec 19 - T12N - R2E, IM, Lincoln Co, OK, USGS 7.5 Minute Quadrangle: Horse Shoe Lake Allotment: Kickapoo 76B, 85, 87A, B. (52 acres) Price: $________________________ CLIN 00005: Harry Complex Mechanical, Sec 15 - T7N -R13W, IM, Caddo Co., OK, USGS 7.5 Minute Quadrangle: Carnegie Allotment: WCD 690A, B, C, D & 709. (283 acres) Price: $________________________ The Contractor shall bid ""all or none."" No partial bids will be accepted. Background As an agency of the U.S. Department of Interior, the Bureau of Indian Affairs (BIA), is mandated to comply with Federal laws and regulations on the identification and protection of cultural resources. These laws include but are not limited to, the National Historic Preservation Act (NHPA), National Environmental Policy Act (NEPA), Native American Graves Protection and Repatriation Act (NAGPRA), Archaeological Resources Protection Act (ARPA), American Indian Religious Freedom Act (AIRFA), and implementing regulations. As part of the compliance procedures for Section 106 of NHPA, the BIA requires a Class III archaeological survey and report on all new Fuels Management and Forestry project(s) that may cause any ground disturbance within the Southern Plains Region. The project(s) is designed to reduce hazardous fuels on specific BIA administered Hazardous Fuels Reduction treatments implemented by the Bureau of Indian Affairs, Southern Plains Region. The method of treatment will consist of prescribed fire and utilizing mechanical equipment including but not limited to, track loaders, bull dozers, and chainsaws to cut/pile, chip and/or masticate Eastern Red Cedar and /or other hazardous vegetation. Statement of Work A. The contractor shall furnish all necessary labor, transportation, equipment, specialized personnel, and material to complete the archaeological survey and reports. B. A Class III archaeology inventory will consist of a 100 percent pedestrian survey of all affected tracts as shown on the attached topographic maps and/or aerial photographs. Shovel tests will be required to a depth of 60 cm within the tracts at strategic locations but not to exceed 30 meters. Shovel testing should be completed on transects encompassing the project boundaries. Shovel test must be dug whenever there is less than 30 percent ground surface visibility, except on slopes greater than 20 percent. They are dug in layers no thicker than 20 cm and screened through � inch mesh unless high clay or water content requires that they be troweled through. C. There will be no collecting of artifacts and no testing of cultural resources prior to approval from the Southern Plains Regional Archeologist in consultation with the Tribal Historic Preservation Offices and/or Tribal Leaders. An Archaeological Resources Protection Act (ARPA) Permit may be necessary and the contractor is required to apply for one prior to fieldwork. In order to determine whether the ARPA Permit is necessary, the contractor shall contact the Regional Archeologist for guidance, forms and review. Within the ARPA Permit Application, the contractor shall give dates for field work. Once the Permit is approved, the cover letter will determine the period of fieldwork. Any amendments to the Permit shall be made prior to the expiration. The Permit gives a date range, the contractor shall notify the Regional Archeologist of actual dates fieldwork is to be performed for random monitoring in the field by the Regional Archeologist. D. Consultation or collaboration with the Tribal Historic Preservation Officer (THPO) when the tribe has representation in that capacity. Not all Federally Recognized tribes in Southern Plains have this position established and filled. A pre-field conference call or virtual meeting will take place with the BIA's representative, Contractor's Principle Investigator and Tribal Historic Preservation Office or designated representative. The formal consultation will be conducted by the Southern Plains Regional Archeologist. E. The report and the abstract shall meet the Secretary of Interior's standards and guidelines and be accepted by the Bureau of Indian Affairs Regional Archeologist, the Oklahoma State Historic Preservation Office (SHPO), the Oklahoma Archeological Survey (OAS) and any Federally Recognized Tribe with ancestral/current jurisdictional control for the area of potential effect. If a finding of adverse effects or the agencies do not agree on whether an adverse effect will result, consultation with the Advisory Council on Historic Preservation (ACHP) will begin. The reporting will be broken down by parcel not by overall contract. In most cases, the contract covers several parcels covering a wide variety of BIA actions/projects. For example, one contract with four parcels will have four reports. These reports shall be worked on simultaneously. For parcels near one another, the background information is likely to be the same with differences in specific location information based on the survey conducted. F. Each report(s) will be in color and include the following: 1. Abstract. The abstract shall outline the report contents and refer to specific highlights of the findings 2. Table of Contents. 3. Description of the project area and any areas within the project area that were not surveyed. 4. Environmental setting and cultural history. 5. Background review of historical research including: previous archeological work, museum collections, gathering relevant data on geology, botany, urban geography and other related disciplines; archival research; informant reviews; and/or recording of oral traditions where Traditional Cultural Properties and/or Traditional Cultural Plant Use may be concerned. 6. Research Design a. Description of proposed field survey methods, procedures, reasoning, and strategy used to identify cultural resources. b. Description of actual field survey methods, procedures, reasoning, strategy used to identify cultural resources and any reasoning for deviation from the research design. 7. A list of all recorded sites including site designation, elevation, and site type with: Historic Preservation Resource Identification Form; Historic Preservation Resource Identification Form for Cemeteries; Truss Bridge Forms; and/or Non-Truss Bridge Forms when applicable. 8. Pictures of project area and of historic sites. No photographs are to be taken of Traditional Cultural Properties or locations of Traditional Cultural Plants without permission of Tribal consulting parties. The use of Tribal Monitors may be required in these locations and arrangement with the tribe will be developed in the pre-field meeting. 9. A general vicinity map depicting the location of the project in region. 10. Description, site legal location, and evaluation of all identified cultural resources; document their potential to contribute data on cultural resource problems of the project area; identify sites which may be eligible for the National Register of Historic Places, with rational and justification under National Register criteria (36CFR60.4). 11. Appendices of maps: a. A general vicinity map depicting the location of the project in the region. b. Location of shovel tests within the project area c. National Register eligible sites within each project area d. Archaeological sites within each project area e. Location of shovel tests in relation to National Register eligible sites and archaeological sites within the project area. f. Location of sites, NRHP eligible sites or listed sites, TCPs and National Landmarks within one mile of each project area. G. All maps are to include a key, title, north arrow, and are to be drawn to scale in black and white, no colors. USGS 7.5 minute maps are to include quad map name and date, with townships and ranges placed in the margins. H. 'Site' is to be defined by the criteria of the State Historic Preservation Office and/or Tribal Historic Preservation Office with jurisdiction. Prepare site records for newly discovered sites and updated for previously recorded sites. Provide a summary table. At a minimum, site records will include the following: 1. State specific site designations (Oklahoma Archeology Survey guidelines) 2. Pagination with page number and total number of pages on each page. 3. For previously recorded sites, include the original site record as well as all updates. 4. Maps: a portion of the USGS 7.5 minute topographic map showing the site locations, name of 7.5 minute USGS map; a site map depicting the location of the site datum (or site datum if secondary data are required), features, any site impacts, contour lines, UTM coordinates for site boundaries. 5. Site description: Global Positioning System (GPS) coordinates in for latitude and longitude and for the site datum/data: 7.5 minute USGS map name, township, range, 1/4 of 1/4 section; site elevation, site size in acres; a photo of the site area, a photo of the site datum which includes the immediate surrounding area, a description and photos of features and diagnostic artifacts; the location of any site impacts, and a photo and general description of the impacts. At a minimum, GPS coordinates are to be recorded with the level of accuracy with Trimble's GeoExplorer 3 or better. I. The contractor shall be responsible for the delivery of the following: 1. Four unbound color copies of the final archeology report to the BIA Southern Plains Regional Archeologist. 2. Four unbound color copies of all site records to the BIA Southern Plains Regional Archeologist. All site records and maps are exempt from the Freedom of Information Act and will be delivered to the affected federally recognized tribes of Oklahoma as separate documents. 3. An Encrypted USB storage device containing all photographs shall be delivered to the BIA Southern Plains Regional Archeologist or their designated official. 4. An Encrypted USB storage device containing topographic maps depicting the areas surveyed and location of all sites documented shall be delivered to the BIA Southern Plains Regional Archeologist or their designated official. 5. An Encrypted USB storage device containing the shapefiles for all maps within the report. Shapefiles shall be made of any Traditional Cultural Properties within the APE, Isolated Find locations within the APE, and sites found within the APE. Qualifications At a minimum, the principal investigator, the archaeology field crew supervisor are to meet the Secretary of the Interior Professional Qualification standards for Archaeology (36 CFR Part 61:48 FR 44716). The principal investigator, and the archaeology field crew supervisor are to have a minimum of an MA or MS degree in archaeology; at least one year of full time professional experience in archeological research, administration, or management; at least one year of supervised field and analytic experience in North American archaeology; in addition, at least one year of field experience in the Plains and Northeastern Oklahoma region. At a minimum, all field surveyors must possess professional training in archaeology methodology and be under supervision of the field crew supervisor and/or principal investigator. If the contractor anticipates using a subcontracted crew, the contractor must supply the curriculum vitae and/or resume of the subcontracted crew for evaluation. This will ensure the standards are met on ground at all times. If changes in the contractor or subcontractor conducting the archaeological field work or the principal investigator take place in the duration of the contract, the replacement staff curriculum vitae and/or resume must be supplied to the Regional Archeologist for review. Required Consultation The Southern Plains Regional Archaeologist will consult with the minimum of the following entities: 1. Federally Recognized Tribe with current jurisdiction over the project area 2. Federally Recognized Tribe with ancestral jurisdiction over the project area 3. The State Historic Preservation Office and The Oklahoma Archeological Survey (shared duties) The Contractor shall address any/all requests for additional surveys or information relating to the submitted survey reports. The Contractor shall submit an invoice for 60% of each CLIN once the survey report is submitted to the Southern Plains Regional Archaeologist and is deemed satisfactory. The Contractor shall submit an invoice for the remaining 40% of each CLIN once all consulting parties have accepted the survey report. Contract Timeline The Southern Plains Regional Archeologist meets all the standards of the Secretary of Interior Standards and will be responsible for consultation and coordination of the cultural resource survey. The following timeline will allow for prompt processing of all required permits, fieldwork completion, reporting, consultation and any corrections needed to ensure a quality deliverable is provided to all consulting parties: 1. ARPA application and permit must be submitted and processed within 14 calendar days of receiving the award. 2. All fieldwork and draft report must be submitted within 30 calendar days of ARPA permit issuance. 3. Southern Plains Regional Archeologist must review the draft and supply comments within 14 calendar days of receipt. If no corrections needed it will move to #5. 4. If corrections are needed, contractor shall submit a corrected copy to the Regional Archeologist within 14 calendar days from received date. 5. The Regional Archeologist will submit the report to all consulting parties within 14 calendar days. At this point the contractor may submit the invoice for the initial 60% payment. 6. The consulting parties have 40 calendar days to submit comments or concurrence on the project. If concurrence see #11. 7. The Regional Archeologist has 14 calendar days to supply the contractor with notice to make corrections. 8. If corrections are requested the contractor has 14 calendar days to make corrections/answer questions. 9. Regional Archeologist has 7 calendar days to submit continued consultation. 10. Consulting parties have 40 calendar days to submit comments or concurrence on the project. 11. Regional Archeologist has 7 calendar days to notify contractor of concurrence in order to submit their final 40% invoice. 1. Note: since the Southern Plains Region is comprised of three states with differing Archaeological Survey Standards, the Oklahoma requirements are attached. Period of Performance and Location: Not to exceed 208 from time of award (see the section covering the Contract Timeline listed in description of services) and worked will be performed in various locations within Oklahoma (see attached maps). FOB: Destination. PROVISION FAR 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (MAR 2020), applies to this acquisition. FAR 52.212-2 - EVALUATION - COMMERCIAL ITEMS (OCT 2014) (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) Factor 1: Technical Capability (1.) The offeror shall submit their technical approach, personnel's resumes and demonstrated experience/evidence of ability to successfully perform the services. (2.) The offeror's Principal Investigator, and the Archaeology field crew supervisor are to have a minimum of an MA or MS degree in Archaeology; at least one year of full time professional experience in archeological research, administration, or management; at least one year of supervised field and analytic experience in North American archaeology; in addition, at least one year of field experience in the Plains and Northeastern Oklahoma region. At a minimum, all field surveyors must possess professional training in archaeology methodology and be under supervision of the field crew supervisor and/or principal investigator. If the contractor anticipates using a subcontracted crew, the contractor must supply the curriculum vitae and/or resume of the subcontracted crew for evaluation. This will ensure the standards are met on ground at all times. (ii) Factor 2: Past Performance 2. Past performance shall provide references of a minimum of three (3) contracts within the past seven (7) years involving performance of similar services, with a contact name and number. If an offeror does not have any past performance information to submit as the entity under which the offer is being submitted, then the offeror should submit past performance data identified above under which the offeror's key personnel have worked. The offeror's quote will be evaluated to determine the extent to which its past performance demonstrates the likelihood of successful performance. The evaluation will consider both the relevance and quality of past projects. The Government may choose to evaluate publicly available reports. An offeror without relevant past performance will receive a neutral rating. (iii) Factor 3: Price/Cost Technical and past performance, when combined, are significantly more important than cost or price. (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). 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. FAR 52.212-3 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov . If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision. FAR 52.212-4 - CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEM All terms and conditions identified under this FAR Clause are applicable to this Request for Quotation. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS and FAR 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (DEVIATION), applies to this acquisition. The clauses cited within this clause as indicated below are applicable: 52.203-6, 52.203-19, 52.204-10, 52.204-23, 52.204-25, 52.209-6, 52.209-10, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.233-3, 52.233-4 and 52.242-5. FAR Clauses incorporated by reference: 52.204-7, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-20, 52.217-8, 52.223-6, 52.225-25, 52.226-1, 52.228-5, 52.229-3, 52.232-1, 52.232-17, 52.232-18, 52.232-23, 52.232-25, 52.232-39, 52.232-40, 52.233-2, 52.237-2, 52.242-17, 52.243-1 Alt. II, 52.244-6, 52.246-4, 52.249-4, 52.249-8, 52.252-1, 52.252-2 and 52.252-5. DIAR 1452.201-70 Authorities and delegations. As prescribed in section 1401.670-1, insert the following clause: Authorities and Delegations (SEP 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. The Contracting Officer responsible for this contract will be: Margie M. Tahdooahnippah, Contracting Officer Bureau of Indian Affairs Southern Plains Regional Office P.O. Box368 Anadarko, OK 73005 Telephone Number: 405.247.1580 Email Address: Margie.tahdooahnippah@bia.gov (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. The Contracting Officer's Representative for this Contract will be: Kate Moore, Regional Archeologist Bureau of Indian Affairs Southern Plains Regional Office P.O. Box 368 Anadarko, OK 73005 Telephone Number: 405.247.1565 Email Address: kate.moore@bia.gov (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk. (End of clause). 1452.204-70 Release of Claims (JUL 1996) 1452.226-70 Indian Preference (APR 1984) 1452.226-71 Indian Preference Program (APR 1984) 1452.228-70 Liability Insurance 1452.280-1 Notice of Indian small business economic enterprise set-aside. (JUL 2013) 1452.280-3 Subcontracting limitations. (JUL 2013) 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 to the COR for review and approval prior to submitting an IPP invoice: * A copy of the contractor's official company invoice 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) within 3 - 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. OMB MEMORANDUM M-11-32 Accelerating Payments to Small Businesses for Goods and Services This policy requires agencies to accelerate payment to small business prime contractors to the full extent permitted by law with the goal of making payment within 15 days of receipt of a proper invoice. In return, prime contractors are expected to accelerate payment to small business subcontractors when they receive accelerated payments from the Government. All questions shall be submitted via email to Margie M. Tahdooahnippah at margie.tahdooahnippah@bia.gov. NO PHONES CALLS PLEASE. Please reference solicitation number 140A0320Q0012 in the subject line of the email. All questions shall be submitted by Monday, 11 May 2020. Quotes are due on Friday, 29 May 2020 at 5:00 pm (CT). Quotes may be sent via email to Margie.tahdooahnippah@bia.gov. Quotes shall be good for 30 calendar days after close of RFQ. QUOTE SUBMISSION INFORMATION: Quote must be submitted in accordance with the RFQ. Failure to submit the aforementioned information correctly shall make your offer non-responsive, and will shall not receive consideration for award: Section One: SF-1449, Sections 17a, 23, 24, 30a, 30b, and 30c shall be completed with price stated on page 2 (include DUNS number). Section Two: Qualifications and/or Summary of technical capability in accordance with 52.212-2(a)(i)(1). Not to exceed 15 pages. Section Three: Cost Proposal Section Four: Past performance contact information for minimum of three references for which work was conducted which was similar in scope, magnitude and complexity to the requirements described in this solicitation: i. Company Name ii. Company Address iii. Company Point of Contact Name iv. Contact Phone Number and E-mail Address v. Description of Services/Price vi. Period of Performance vii. If applicable, explanation of any problems or delays encountered. Section Five: Completed Indian Owned Economic Enterprise Representation (attached) Offerors should check the FedBizOpps/FedConnect websites often for any solicitation amendments. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be ""ACTIVE"" at the time of award.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a435c10c11824920b964d0e3129c346b/view)
- Record
- SN05636611-F 20200429/200427230144 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |