Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2009 FBO #2791
SOLICITATION NOTICE

35 -- RECOVERY: Windows & Siding Material

Notice Date
7/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, Bureau of Indian Affairs, BIA - DAPM, Contracting Office - Rocky Mountain Region 316 North 26th Street, Room 4418 Billings MT 59101
 
ZIP Code
59101
 
Solicitation Number
RA000409002
 
Response Due
7/30/2009
 
Archive Date
7/16/2010
 
Point of Contact
Jay Windy Boy Contracting Officer 4062477941 ;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under Simplified Acquisition Procedures pursuant to the authority of FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), and Department of the Interior and Related Agencies Appropriation Act, Title II, September 30, 1994, 108 Stat. 2530 as implemented by 5 U.S.C. 3109). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Bureau of Indian Affairs (BIA) Rocky Mountain Region (RMR) intends to award a fixed-price, commercial item contract in response to Request for Quotation (RFQ) RA000409002. The solicitation is restricted to 100% Small Business concerns. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. The associated North American Industry Classification System code is 444190 and the small business size standard is $7.0 million. PRICE SCHEDULE - Construction materials and supplies for ARRA projects located on the Blackfeet Indian Reservation in Browning, Montana 59417. Contractor(s) to provide window and siding material for eight (8) Government housing units. All material to be delivered f.o.b. Destination to the BIA Blackfeet Agency in Browning, MT. The BIA may make multiple awards from this solicitation. Contractors can provide a quote on one or both schedules. Please provide a price for each item. SCHEDULE I - "Marvin Windows" Requirement: Item 001: 3'-5 3/8"W x 3'-0 3/8"H=$__________Each. Item 002: 3'-2 3/8"W x 3'-4 7/8"H=$__________Each. Item 003: 3'-5 3/8"W x 3'-0 3/8"H=$__________Each. Item 004: 3'-6 3/8"W x 3'-0 3/8"H=$__________Each. Item 005: 3'-10 3/8"W x 4-0 7/8"H=$__________Each. Item 006: 3'-6 3/8"W x 4'-0 7/8"H=$__________Each. Item 007: 3'-0"W x 6' 8"W x 4 9/16" Jam MBS LH Exterior Doors=$__________Each. Item 008: 3'-0" x 6'-8" 4 9/16" Jam MBS LH Exterior Doors=$__________Each. All windows with Screens, 6" removable jams. SCHEDULE II - Siding Requirement: Item 009: Cedar color Canexel 9"x16' 0" Lap Siding=$__________Each. Item 010: Scotia Blue color Canexel 9"x16' 0" Lap Siding=$__________Each. Item 011: Country Red color Canexel 9"x16' 0" Lap Siding=$__________Each. Item 012: Granite Nouveau color Canexel 9"x16' 0" Lap Siding=$__________Each. Item 013: Sierra color Canexel 9"x16' 0" Lap Siding=$__________Each. Item 014: Color matching exterior caulking=$__________Each. Item 015: 9'x100' TYVEK House wrap rolls=$__________Each. Item 016: 5/4"x6"x16' Pro-Trim=$__________Each. Item 017: 5/4"x4"x16' Pro-Trim=$__________Each. Shipping is inclusive, f.o.b. Destination. PURPOSE OF THE CONTRACT: The purpose of this acquisition is to acquire the above supplies, materials, and equipment for the BIA Facilities Management Program under the American Recovery & Reinvestment Act (ARRA) for the BIA Blackfeet Agency in Browning, Montana. BACKGROUND: The Bureau of Indian Affairs is responsible for the administration and management of 66 million acres of land held in trust by the United States for American Indians, Indian Tribes, and Alaska Natives. The mission of the BIA is to enhance the quality of life, to promote economic opportunity, and to carry out the responsibility to protect and improve the trust assets of American Indians, Indian tribes and Alaska Natives. CONTRACT OBJECTIVE: The primary objective is to acquire the necessary and required supplies, materials, and equipment necessary to assist the BIA Agency in carrying out its responsibilities in constructing and maintaining the Government buildings and structures on the Blackfeet Indian reservation. PERFORMANCE WORK STATEMENT: The Contractor(s) shall work directly with the BIA Blackfeet Agency Facilities Management Office in Browning, Montana. The Contractor(s) will serve under the direction of the Contracting Officer's Representative (COR). The Contractor is responsible for providing the requirements as indicated, including providing shipping as f.o.b. Destination to any of the required Agency Roads/Transportation destinations. KNOWLEDGE REQUIRED BY THE POSITION: Knowledge of construction and construction related supplies and building materials. SUPERVISION: The Contractor(s) is subject to the supervision and direction of the COR or his/her designee. The supervisor will define where the requirement is needed, ordering priorities, delivery schedules and deadlines. The COR will assist the Contractor(s) with difficult or controversial aspects of the requirement. Final deliverables will be reviewed, as necessary, for conformance to policies, regulations and timeliness. GOVERNMENT FURNISHED PROPERTY: NO Government Furnished Property shall be provided. REPORTING REQUIREMENTS: (1) The reporting requirements and deliverables will be determined after contract award. (2) The Contractor(s) shall provide the Contracting Officer with evidence that all items have been shipped and delivered. PERFORMANCE-BASED SERVICE DELIVERY SUMMARY: No performance-based requirements will be in place. PERIOD OF PERFORMANCE: The performance of this contract shall be for a 12 month term (the anticipated start date is on or about August 1, 2009) and shall be in effect thru December 31, 2009. COMPUTER SECURITY: The Government does not anticipate a need for the Contractor to have access to any of its computer systems. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. CONTRACTING OFFICER'S REPRESENTATIVE: The contracting officer's representative shall be responsible for: (1) Monitoring the Contractor(s) technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work or Specifications; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the Contractor(s) in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION AND PAYMENT: The Contractor(s) shall submit its invoice directly to the COR. The Contractor(s) agrees to include the following information on each invoice: (1) Contractor(s) name and address; (2) Contract Number; (3) Invoice number and date; (4) Dates of Service including the number of days worked and total amount due; and (5) Remit to address. Payment shall be made by the BIA RMR Accounting Office, 316 North 26th Street, Billings, Montana 59101. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where federally funded children's services are provided. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (JAN 1999): (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. 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. The following FAR and Department of the Interior Acquisition Regulation (DIAR) clauses are applicable: 52.202-1, 52.203-2, 52.203-3, 52.203-5, 52.203-6, 52.203-7, 52.203-8, 52.203-10, 52.203-13, 52.203-14, 52.203-15, 52.204-1, 52.204-3, 52.204-4, 52.204-6, 52.204-7, 52.204-9, 52.211-6, 52.211-17 52.212-4, 52.212-5, 52.213-2, 52.213-4, 52.214-22, 52.214-34, 52.214-35, 52.215-5, 52.215-14, 52.216-2, 52.216-5, 52.216-6, 52.216-18, 52.216-27, 52.217-6, 52.217-7, 52.217-8, 52.217-9, 52.219-6, 52.219-8, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.225-1, 52.225-9, 52.227-14, 52.227-17, 52.229-3, 52.229-4, 52.232-3, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.245-1, 52.249-12, 52.251-1, 52.251-2, 1450.0016-0, 1452.204-70 and 1452.226-70, and 1452.226-71. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and DIAR provisions and clauses. The provisions and clauses may also be accessed electronically at http://www.acquisition.gov/far and http://www.bia.gov. CONTRACTORS INTENDING TO CONDUCT BUSINESS WITH THE FEDERAL GOVERNMENT MUST REGISTER WITH THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE. THE CCR IS THE PRIMARY GOVERNMENT REPOSITORY, WHICH RETAINS INFORMATION ON GOVERNMENT CONTRACTORS. YOU MAY REGISTER VIA THE INTERNET AT HTTP://WWW.CCR.GOV OR BY CALLING (888) 227-2423. CONTRACTORS MUST ALSO REGISTER THEIR ONLINE REPRESENTATIONS AND CERTIFICATIONS AT HTTP://WWW.ORCA.BPN.GOV. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall provide evidence of, or submit a response to, the requirements indicated in the bid schedule. In addition, the Contractor(s) shall submit a completed copy of FAR 52.212-3 with its offer. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the BIA Rocky Mountain Region, 316 North 26th Street, Billings, Montana 59101, no later than 1:00 p.m., on July 30, 2009. The offer must be submitted in either a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your name and address. Offers will also be accepted by e-mail at Alvin.windyboy@bia.gov or by fax at (406) 247-7908. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 90 days from the date of receipt by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RA000409002/listing.html)
 
Place of Performance
Address: Bureau of Indian Affairs, Rocky Mountain Region, Blackfeet Agency, 531 SE Boundary Street, Browning, MT<br />
Zip Code: 594170880<br />
 
Record
SN01877438-W 20090718/090717000002-3f68ac56903d5b4b583008b378c8aad8 (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.