SOLICITATION NOTICE
V -- RECOVERY ACT - MOVING SERVICE FOR SHERMAN INDIAN HIGH SCHOOL, BUILDING 60.
- Notice Date
- 4/27/2010
- Notice Type
- Presolicitation
- Contracting Office
- BIA - OCFO-Western Division of Acquisition2600 N. Central Avenue, Suite 450 Phoenix AZ 85004
- ZIP Code
- 85004
- Solicitation Number
- RA001100001
- Archive Date
- 4/27/2011
- Point of Contact
- Renee Holly Contract Specialist 6023793822 renee.holly@bia.gov;
- 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
- N/A
- Description
- This procurement will be firm-fixed price and is funded in whole by the American Recovery and Reinvestment Act (ARRA) of 2009 and is subject to reporting requirements of the Act. TAS No. 14-2302. Project No. 1Y420. The Bureau of Indian Affairs is soliciting for moving and storage services. RECOVERY: THIS IS AN AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) PROCUREMENT: In compliance with the transparency and accountability requirements associated with the supplemental appropriations provided by the American Recovery and Re-Investment Act of 2009, Pub. Law 111-5, *******************Special Recovery Reporting Requirements**********************The Contractor shall register and report all project information as listed in FAR PART 52.204-11, using the online reporting tool available at www.federalreporting.gov. Cumulative reporting to www.federalreporting.gov will be required. Contractors must check this online site often for updates and monitor finalization of the interim rule published in the Federal Register at 74 FR 14639. Failure on the part of the Contractor to provide, maintain, and report the required reporting and special reporting information as required by FAR 52.204-11 to BIA Contracting Officer within specified days following award AND/OR report information to www.federalreporting.gov shall constitute a material breach of the contract upon which BIA may immediately terminate a resultant contract for cause. A fixed price contract with estimated quantities will be awarded. Receipt of award is contingent on contractor meeting the requirements of ARRA reporting. Contractor must be registered with both the Central Contractor Registration (CCR) at ccr.gov and Federal Reporting at www.federalreporting.gov websites in order to receive any ARRA funded award from the Federal Government. The Bureau of Indian Affairs (BIA), Western Regional Office is soliciting offers for moving and storage services for Sherman Indian High School, Building No. 60, Riverside, California. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation No. RA001100001, herein cited is issued as a Request for Quote (RFQ) and 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 2005-38. The associated North American Industrial Classification System (NAICS) code for this procurement is 488999. The solicitation is set-aside for VETERAN OWNED, SMALL BUSINESS and must be located in and/or around the Riverside, California area. Submit your quote as follows: Contractor to provide all supervision, labor, equipment, vehicles and storage faciltiy to remove all designated furniture out of Academics Building No. 60 and transport to secured storage facility for duration of building renovation. Furniture includes office furniture, equipment and miscellaneous items. Furniture will be stored forapproximately 100 days. Building renovation will begin May 17, 2010. All furniture/equipment must be moved and stored in a 3 day period, starting May 14, 2010 and ending May 16, 2010. Performance period is mandatory. Estimated storage period: May 14, 2010 to August 21, 2010. Building 60 is approximately 85,156 sq. ft. and is comprised of approximately 40 offices & 28 classrooms. Provide costs for the following: 1. Moving Costs for 3 Days (labor) $___________ 2. Equipment/Vehicle Cost for 3 Days $ ___________ 3. Storage Cost for Approximately 100 Days $ ___________ 4. Applicable Taxes $___________ TOTAL $___________ You may contact Leroy Tewahaftewa at (921) 276-6325 for a Site visit 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 (a) of FAR 52.212-5 the following applies: FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L.108-77, 108-78). 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 52.225-1 Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332); and FAR 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). DIAR and FAR clauses are herein incorporated as follows: FAR 52.232-18, Availability of Funds (April 1984); and DIAR 1452.204-70, Release of Claims - Department of the Interior. 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. Due to the urgency of the requirement, the response time for quotes due, is short. Award will be made to the lowest priced offeror, whose quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable to the responsive and responsible offeror. Provide DUNS# and Tax ID# along with a signed and dated quote, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items to the the Bureau of Indian Affairs, Western Regional Office, Division of Acquisition, Attention: Renee Holly, 2600 N. Central, Phoenix, Arizona 85004. Quotes due by close of business April 30, 2010. Quotes may be submitted by facsimile at (602) 379-6763 or by email at renee.holly@bia.gov will be accepted. Any questions regarding this announcement may be directed to Renee Holly, Contract Specialist, by fax at (602) 379-63763 or email only. No phone calls will be accepted. All contractors submitting quotes must be registered in the Central Contractor Registration (CCR) 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 CCR, go to: http://www.ccr.gov. Service Contract Act applies to this requirement. See Wage Determination No: 1996-0067
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RA001100001/listing.html)
- Place of Performance
- Address: RIVERSIDE
- Zip Code: 92503
- Zip Code: 92503
- Record
- SN02132974-W 20100429/100427234702-584aef9c122054ffc632d5529597e48a (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 |