SOLICITATION NOTICE
96 -- 96--PAWNEE AGENCY 2022 FENCE MATERIALS
- Notice Date
- 2/8/2022 7:11:45 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332618
— Other Fabricated Wire Product Manufacturing
- Contracting Office
- SOUTHERN PLAINS REGION ANADARKO OK 73005 USA
- ZIP Code
- 73005
- Solicitation Number
- 140A0322Q0003
- Response Due
- 2/10/2022 6:00:00 AM
- Archive Date
- 02/25/2022
- Point of Contact
- Watkins, Sara, Phone: 405-247-1575, Fax: 405-247-9922
- E-Mail Address
-
Sara.Watkins@bia.gov
(Sara.Watkins@bia.gov)
- Small Business Set-Aside
- ISBEE Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior)
- Description
- AMENDMENT 1: POSTING QUESTION 1. Will the buyer accept a green T-Post? Response: Green is acceptable but is required to meet the specifications of 6-1/2 ft., 1.33 lb/ft American made steel t-posts 2. All other terms and conditions remain the same. 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; Proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is 140A0322Q0003 and is issued as a Request for Quote (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. 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 DIAR Clause 1452.280-4 (see below in clauses/provisions). The associated North American Industry Classification System code (NAICS) is 332618 and the size standard is 500 employees. The Bureau of Indian Affairs, Eastern Oklahoma Regional Office, intends to award single firm-fixed price contract for the following: PRICING SCHEDULE: Item 0010: T Posts: 6-1/2 ft., 1.33 lb/ft American made steel t-posts with 5 clips per post, (the total number of clips 8300) ASTM A702 Certified, color: orange Quantity: 1,660 Unit Price: ___________________x 1660 (Qty)=$____________________ Item 0020: Wire Oklahoma Steel and Wire Company Barbed Wire or comparable American made brand *Distance Between Barbs - 4 in. *Length - 1,320 ft. *Number of Points - 2 *Number of Strands � 2 *Rod Length - 80 *Wire Coating Material - Class 1 *Wire Gauge - 12.5 ga. *Wire Material - Steel Quantity: 100 rolls Unit Price: ___________________x 100 rolls (Qty)=$____________________ The delivery cost shall be included with your quote, the Bureau of Indian Affairs/Pawnee Agency does not have the equipment to offload the fencing materials. It will be the sole responsibility of the awardee to offload the materials. We require the material to be offloaded from the delivery vehicle and stacked in a neat manner. A forklift or other similar piece of equipment will be required for offloading and stacking. The material will be stacked in an enclosed area that is approximately 60 feet long and 50 feet wide. The gate to access the area is approximately 16 feet wide. A 53' trailer will not fit in the stacking area. Parking of the delivery vehicle will be within 300 feet of the stacking location. A forklift or other similar piece of equipment will need to offload the material, transport it a short distance to the stacking area, and be capable of stacking the material. No loading dock is present, and the material must be offloaded to ground level. Address DOI PAWNEE AGENCY 850 Agency Rd Bldg 71 Pawnee OK Total Price - $________________________________ PROVISION FAR 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS, applies to this acquisition. FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (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. Award will be made using a Lowest Price Technically Acceptable (LPTA) approach; the Government will award to the lowest priced offeror that is determined technically acceptable. The following factors shall be used to evaluate offers: (i) Factor 1: Technical Capability (1.) The offeror shall submit their best offer for the fencing material. The proposed offer shall meet the specifications of the fencing material. If the proposed fencing material does not meet the specifications, it will be deemed Technically unacceptable. (2.) Technically Acceptable is defined as the item offered to the Government that meets the minimum requirements of the solicitation. (3.) Technically Unacceptable is defined as the item offered to the Government that does not meet the minimum requirements of the solicitation. (ii) Factor 2: Price 1. (c) Factor 2: Price 1. Price will be evaluated to determine if it is reasonable in accordance with FAR Parts 13.106-3 and 15.402(a)(2). Offers should be sufficiently detailed to demonstrate their reasonableness. Technical and price, when combined, are equal. (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). (c) Award Process: 1. The Government will first evaluate all quotations to ensure the quotation complies with all material aspects of the request for quotation thereby being determined as either Responsive or Non-Responsive. 2. Responsive quotes will then be submitted for Technical Evaluation to determine those that are either Technically Acceptable or Technically Unacceptable. 3. Technically Acceptable quotations will be then ranked according to Price. 4. The lowest priced offeror who is technically acceptable will receive the award. A notice of award or acceptance of an offer, emailed 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 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, 52.204-24, 52.204-25, 52.209-6, 52.209-10, 52.219-6, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-42, 52.222-50, 52.222-55, 52.222-62, 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, 52.211-8, 52.217-8, 52.223-6, 52.226-1, 52.228-5, 52.229-3, 52.232-1, 52.232-13, 52.232-16, 52.232-17, 52.232-18, 52.232-25, 52.232-39, 52.237-1, 52.237-2, 52.242-5, 52.242-17, 52.243-1 Alt. 1, 52.244-6, 52.246-4, 52.249-4, 52.249-8, 52.252-1 and 52.252-2. 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 or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (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. (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) 1452.280-1 Notice of Indian small business economic enterprise set-aside. (JUL 2013) 1452.233-2 Service of Protest 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 as an attachment to the 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 Sara Watkins at sara.watkins@bia.gov. NO PHONES CALLS PLEASE. Please reference solicitation number 140A0322Q0003 in the subject line of the email. All questions shall be submitted by COB February 7, 2022. Quotes are due on Thursday, February 10, 2022, at 8:00 am (CST). Quotes may be sent via email sara.watkins@bia.gov. Quotes shall be good for 30 calendar days after close of RFQ. QUOTE SUBMISSION INFORMATION: Quote submissions must include the items listed below failure to include the required documents will be deemed non-responsive. 1. Pricing Schedule (Attachment 1) 2. 1452.280-4 Indian economic enterprise representation (Attachment 2) 3. System Award Management (SAM) awardee is required to have an Active registration at the time of award. The approximately time of award is February 11, 2022. If the potential awardee fails to have an active registration at the time of award. The award will go to the next responsive offer. It is the responsibility of the Offerors to check the beta.sam.gov websites often for any solicitation amendments. End of Solicitation
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/15f86d634d7648f8a11d24d37ba75adc/view)
- Record
- SN06236887-F 20220210/220209211722 (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 |