Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2011 FBO #3553
SOLICITATION NOTICE

X -- X-Facility Management Support Services; 100% Buy Indian Set Aside

Notice Date
8/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA-Central Office Acquisitions - Reston 2051 Mercator Drive Reston VA 20191
 
ZIP Code
20191
 
Solicitation Number
A11PS01224
 
Response Due
8/19/2011
 
Archive Date
8/14/2012
 
Point of Contact
Tom Moomaw Senior Contract Specialist 7033906408 leo.moomaw@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
A11PS01224 Notice Type: Combined Synopsis/Solicitation Synopsis: Date August 15, 2011Classification Code: X - Lease or Rental of FacilitiesNAICS: 561210This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR Part 13.5 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and written solicitation will not be issued. The solicitation number is A11PS01224 and is issued as a Request for Quotation (RFQ), unless otherwise indicated herein. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-52. The associated North American Industrial Classification System (NAICS) code for this procurement is 561210 with a small business size standard of $35.5 million. This acquisition is 100% set aside for Buy Indian. Economic enterprises that are not at least fifty one percent owned by a Native American or Alaskan Native may not offer quotes in response to this notice and any quotes submitted by other than Indian owned businesses shall not be considered. Quoters shall certify that they are Indian owned. BIA will award based upon "Low Price Technically Acceptable" methodology using the following evaluation factors. For this requirement, all evaluation factors other than cost or price, when combined are relatively equal to cost or price. The evaluation criteria are as follows: Note: Interested parties may request the attachments: (1) Statement of Work (SOW); (2) Request for Quote (RFQ); by email: leo.moomaw@bia.gov. Factor 1 - Technically Acceptable. Factor 2 - Price.Type of Contract: The government contemplates a competitive fixed rate Time & Materials contract. Period of Performance: The base period shall be award plus twelve calendar months. There will be four (4) option periods of twelve months exercised solely at the government's discretion. Price. The contractor shall utilize the format in the Price Schedule and prepare the price quotation as a separate document from the technical quotation. In this document the contractor shall propose all discounted pricing for the labor categories contemplated, including all assumptions and exceptions. Option to Extend the Term of the Task Order: The government may extend the term of the awarded task order by written notice to the contractor within 30 days provided that BIA has given the contractor a preliminary written notice to extend at least 60 days before the task order expires. The preliminary notice does not commit the government to an extension. If the government exercises this option, the task order shall be considered to include this option. The total duration of the task order including the exercising of any option periods shall not exceed five years, six months. The government will issue a contract modification to exercise the additional option period if: (1) It is determined that exercising the option is advantageous to the government considering price and availability of funds; and (2) Performance has been acceptable under the terms and conditions of the contract.The total level of effort is 1,960 hours for the base period and for each of the option periods. Total LOE is 9,800 hours. The contractor shall perform the effort required on a monthly fixed rate labor hour basis. This work is considered severable services. REQUEST FOR QUOTE INSTRUCTIONS The contractor shall comply with the following instructions for preparing the Request for Quote (RFQ). Failure to comply with the terms and conditions stated herein may be interpreted by the Government as a non-responsive quote and result in an unfavorable rating. The first page of the technical plan and the cost/price quote should each indicate the title: Facility Management Liaison Support. Font size for the quote shall be at least 12 point. Page margins shall be no less than 0.75 inch, single column style. Contractors shall limit their responses to twenty (20) double-sided pages or less including applicable tables, graphics, and appendices, excluding resumes, cover letter, and table of contents.The contractor shall provide a fixed rate labor hour quotation via e-mail for this RFQ by 12 PM EST August 19, 2011 submitted to the email address below. Quotations must include the following: (A) fixed hourly rate for all level-of-effort proposed in response to this requirement; (B) a project plan describing the offeror's technical capability and proposed methodology for performing the tasks in the SOW. To receive full consideration, respondents must completely address each criteria in the SOW. Please provide general business information such as Tax Identification Number (TIN), business classification, socioeconomic status, and Dun and Bradstreet (DUNS) number. Awardee must be registered in Central Contractor Registration to be eligible for award. Wage Determination 05-2014 (Rev. 13) applies. Please provide two (2) past performance references that demonstrate relevant past performance with particular emphasis on timeliness, responsiveness, professionalism, and cost control. Clauses: This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the CO will make their full text available. The provisions at FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008); 52.212-2 Evaluation-Commercial Items (Jan 1999); and FAR 52.212-3 Offeror Representations of Certifications (Aug 2009) apply to this acquisition. Quoters must include a complete copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items with their quote. If the Quoter does not have a copy of this provision, you may obtain a copy at www.acquisition.gov or contact the CO to receive a copy. Alternatively, quoters may cerify registration at https://orca.bpn.gov/. Provision FAR 52.252-1Solicitation Provisions Incorporated by Reference...Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (April 2011), FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Mar 2007); FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.225-13 Restrictions on Certain Foreign Purchases (June 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003). FAR 52.217-8 Option to Extend Services (Nov 1999). FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000). Department of the Interior Acquisition Regulation (DIAR): 1452.204-70 Release of Claims (Jul 1996); 1452.226-70 Indian Preference (Apr 1984), 1452.226-70 Indian Preference Program (Apr 1984). Contracting Officer: Tom Moomaw, (703) 390-6408; leo.moomaw@bia.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A11PS01224/listing.html)
 
Place of Performance
Address: Reston, VA
Zip Code: 20191
 
Record
SN02534611-W 20110817/110815235241-69ff889660f320902eb9cf64d2dba76e (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.