Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
SOLICITATION NOTICE

83 -- RECOVERY - TAS 14 9/0 2101, Project No. Y1N10

Notice Date
7/14/2010
 
Notice Type
Presolicitation
 
Contracting Office
BIA-Acquisition Nashville 545 Marriott Drive Nashville TN 37214
 
ZIP Code
37214
 
Solicitation Number
RA001510100
 
Response Due
7/20/2010
 
Archive Date
7/14/2011
 
Point of Contact
Susan Sutton Senior Contract Specialist 6155646752 susan.sutton@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
Total Small Business
 
Description
RECOVERY - This requirement is funded with American Recovery and Reinvestment Act funds. Successful contractor will be required to report in accordance with FAR 52.204-11. In addition the following clauses will apply: FAR 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 and 52.215-2, Audit and Records - Negotiation, Alt 1. 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. RA001510100 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-38. The associated North American Industrial Classification System (NAICS) code for this procurement is 442210 with a small business size standard of $7.0 Million. This acquisition is a total small business set-aside. The Bureau of Indian Affairs, Western Navajo Agency, 407 Warrior Drive, E Hwy 160, Tube City AZ 86045 is requesting quotes to supply all material, equipment and labor necessary to remove, dispose and reinstall carpet, carpet tiles, ceramic Tiles and VCT at their Agency Building No. 407. Building is a two story building. NOTE: For a copy of the Scope of Work, please e-mail susan.sutton@bia.gov no later than 20 July 2010. Qualified contractors are requested to provide the following as part of their proposal: 1. A cost proposal 2. Evidence of contractor's experience working on similar projects of this size and scope. 3. Samples and product literature of products proposed 4. Anticipated schedule Proposals should be sent to Susan Sutton at address below and product samples must also be provided to Mr. Clifford at above address.. In addition to the above, an original signed and dated quote, accompanied with contractor's DUNs number, and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, mailed to the Bureau of Indian Affairs, Eastern Region Office, Division of Acquisition, Attention: Susan Sutton, 545 Marriot DR, STE 700, Nashville TN 37214 or by email to susan.sutton@bia.gov by close of business, Central Daylight Time, July 30th, 2010. Facsimile quotes will not be accepted. Any further contracting questions regarding this announcement may be directed to Susan Sutton at (615) 564-6752. Technical questions or site visit requests should be addressed to Mr. Lyle Clifford at 928-283-2321. AWARD: Award will be made to the offeror whose quote conforming to the requirements herein will be the most advantageous to the Government, including price, quality and past performance. CONTRACT CLAUSES: The following clauses apply to this acquisition: 52.212-1, Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items (factors are price, quality and past performance - the government reserves the right to award to other than the low offeror if the awardee is judged to have a superior product or better past perdformance); 52.212-3, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.504-07 Central Contractor Registration; 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.225-1; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); and 52.229-3 Federal, State, and Local Taxes (April 2003). The Federal Acquisition Regulations clauses and provisions are available in the Internet at: http://www.acquisition.gov/far or may be requested from the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RA001510100/listing.html)
 
Place of Performance
Address: Western Navajo Agency - BIATuba City AZ
Zip Code: 86045
 
Record
SN02206097-W 20100716/100714235455-468fda2990b9ac6636596c2fe06f0944 (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.