SOLICITATION NOTICE
B -- B--BLM-CO LAS ANIMAS CNTY TRIBAL INVENTORY
- Notice Date
- 8/30/2024 10:59:12 AM
- Notice Type
- Presolicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- COLORADO STATE OFFICE Lakewood CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- 140L1724Q0073
- Response Due
- 9/13/2024 4:00:00 PM
- Archive Date
- 09/29/2024
- Point of Contact
- Frost, Patrick, Phone: 3032393605, Fax: (303) 2393699
- E-Mail Address
-
pfrost@blm.gov
(pfrost@blm.gov)
- Small Business Set-Aside
- WOSB SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Description
- BLM-CO Las Animas County Tribal Landscape The CO BLM Royal Gorge Field Office has a requirement for an Ethnographic Study of Las Animas County. Please see Attachment 1 Statement of Work for further details. This requirement is a Woman Owned Small Business Program Set Aside. This will be on a purchase order with IPP billing and payment. Contract Type: FFP (Firm-Fixed Price) - no changes due to inflation, market conditions, Labor rates except for increases due solely to a new DOL wage determination, etc. Award Basis: Price and Other Factors An award will be made to the Contractor whose proposal conforms to the solicitation and represents the best value to the Government based upon price and other factors. The low price may not be the deciding factor for this solicitation, but any trade up in price must be justified by the more advantageous technical capability and past performance. No award will be made above the available budget or at a price that can't be determined to be fair and reasonable. The Government will evaluate quotes submitted in response to this solicitation in accordance with the factors listed below. The Government intends not to enter negotiations after the initial review, therefore contractors should submit their best proposal up front 1. Technical Capability/Requirements (Graded as Exceeds, Meets, Does Not Meet) Technical Capability will be assessed based on the proposer's demonstrated experience providing services of similar size and scope for commercial, municipal, state or other federal agencies. The tailored technical response must include how and when the contractor will provide the necessary labor, supervision, quality control, tools, equipment, and supplies. A generic or boilerplate technical response with no specific details will be graded as ""does not meet"". A proposal that demonstrates the aforementioned capabilities will be graded as Meets or Exceeds. The contractor must demonstrate qualifications and experience of the specific key personnel (supervisor and/or foreman) to provide cleaning services for administrative facilities, public buildings, or similar facilities. Contractor must provide resumes and/or summaries of key staff qualifications. The technical response must include a transition plan with a nominal date for beginning services. A start date that aligns with the requested date will be rated higher on the scale. In lieu of prior recent and relevant experience with commercial, municipal, state, or federal agencies, the contractor may submit a detailed business plan that includes: operating costs (including labor, equipment, and supplies); staff (positions, expertise/qualifications and training plus recruitment of any subcontractors); funding sources (including initial capital and any partnerships or other funding sources); and a description of their motor vehicle fleet. This business plan must also address the requirements for operating a commercial business and include a business license, insurance, articles of incorporation and any other applicable requirements. a. Contractor must show their company has the ability and capacity to manage a project of this nature and scope. Contractor will qualify under Appendix II Professional Qualifications: Ethnography in the National Park Service (NPS) National Register Bulletin #38: Guidelines for Evaluating and Documenting Traditional Cultural Properties. b. Past Experience Previous experience conducting and completing Ethnographic studies. Previous experience conducting interviews and site visits with Native American Tribal members. 2. Past Performance (Graded on a confidence scale (Significant Confidence, High Confidence, Confidence, Marginal Confidence, No Confidence. Past performance that shows more relevancy, recency and a higher level of customer satisfaction will be graded higher on the scale. Offeror must provide contact information (name, current phone number or email address, contract identification number, overall dollar value) for this prior work similar in size and scope completed within the last three years. Past performance will be graded upon the information provided in the proposal and any information contained or referenced in Government data bases, e.g., www.SAM.gov, CPARS Integrity and FPDS-NG. 3. Price: Prices will be revealed to the Technical Evaluation Board after other factors are graded and will be the deciding factor among offers similarly graded. ------- Basic Contracting Requirements: 1. Active Registration www.sam.gov 2. Compliance with Section 889 clauses. 3. Invoicing and Payment - www.ipp.gov - 30 day prompt pay after delivery. We can accept and pay interim invoices. 4. FAR Part 12 - Commercial Item 5. FAR Part 13 - Simplified Acquisition Procedures 6. Woman Owned Small Business for NAICS - 541990 - Size Standard $19.5. This NAICS must be certified (listed) in your sam.gov profile to be eligible for award. If not and you can't update SAM in time, you may submit a filled in and signed 52.212-3 certifying small business for this NAICS. See 52.212-1 Instructions to Offerors for more info. 7. Award Basis - Low Price Technically Acceptable and price related factors, i.e. distance and time to deliver vehicle to and retrieve vehicle from vendor's facility as well as travel for inspections. Minimum Requirements for a responsive bid: 1. Signed SF-1449 with all your info and price filled out. 2. Technical response, data sheet, showing how you plan to complete the work. 3. Email the above items to the POC no later than the closing date, September 13th by 1700 MT, with ""140L1724Q0073 - BLM-CO Las Animas County Tribal Landscape"" in the subject line. If you have any questions, email the POC before close date 9/13/2024 @ 5pm MS. POC - Contracting Specialist - Patrick Frost - pfrost@blm.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fde154b415244ed5bc6cc20d1312dbd2/view)
- Place of Performance
- Address: 3028 E MAIN STREET, Canon City, CO, USA
- Country: USA
- Country: USA
- Record
- SN07193450-F 20240901/240830230119 (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 |