SOLICITATION NOTICE
Z -- Announcement solicitation of request for quotes (RFQ) and site visit for design/installation services.
- Notice Date
- 8/18/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- BIA-Central Office Acquisitions - Reston 2051 Mercator Drive Reston VA 20191
- ZIP Code
- 20191
- Solicitation Number
- K0L10011027
- Response Due
- 9/6/2011
- Archive Date
- 8/17/2012
- Point of Contact
- Bryan Ouray Contract Specialist 7033906472 bryan.ouray@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
- Due to expansion/relocation of District V staff located in Wind River, Wyoming program has requested a proposal for the reconfiguration of two (2) existing portable/modular buildings; to include the purchase and installation of furniture and modular/moveable wall. The reconfiguration is to accommodate up to 45 personnel - REQUEST FOR QUOTE REQUEST FOR QUOTE The Bureau of Indian Affairs is seeking quotes to complete a reconfiguration project of two (2) existing portable/modular buildings to accommodate up to 45 personnel. The project includes design services for drafting, furniture, layout specs, quote, installation, drawing, and documentation for the portable/modular buildings. The Contractor shall provide all labor, tools, equipment, materials, transportation, services, and supervision required to complete the design and installation service for the project. Period of Performance: TBA. Award will be made to the offeror who presents the Lowest Price Technically Acceptable (LPTA) to the Government. The proposal must comply in all material respects with the requirements of the law, regulation and conditions set forth in the solicitation. The proposal must meet all mandatory solicitation requirements. The offeror must be determined responsible according to the standards of FAR Part 9, Subpart 1. The award will be a single award, with four Firm Fixed Price (FFP) type CLINs: 1. Design Services 2. Materials for installation 3. Project oversight and coordination 4. Interior work and preparation. The North American Industry Classification System (NAICS) code for this acquisition is 337214. TECHNICAL PROPOSAL The technical proposal should include all information you want the Government to consider/evaluate, regarding capability of your company to perform the required tasks. The technical proposal should address information such as demonstrate understanding of the tasks at hand and any additional pertinent information. SUBMISSION INSTRUCTIONS The technical proposal and price proposal must be submitted as separate attachments in the e-mail transmission. As a minimum, your pricing information should include: --Proposed pricing for basic performance required under the Statement of Work (SOW). Price proposal should be categorized and include break out information of separate CLIN items and include any labor categories, estimated labor hours, rates (fully burdened), number of employees for each category, travel related expenses, administrative costs, materials costs, other and total proposed cost for the requirement. All electronic information submitted must be presented in software applications which are readable (generally, Microsoft Office such as Word, Excel, PDF, etc.). A MANDATORY Site Survey will be held on Friday August 26, 2011 at 12:00 PM to 4:00 PM EST at Wind River Agency in Ft. Washakie, Wy. Site Visit is required before any quotation will be accepted by the Government. For information on the Place of Performance and the location of the site visit please contact Mr. Bryan Ouray by e-mail at bryan.ouray@bia.gov to sign-up for Site Survey no later than 1:00 PM EST, 24 August 2011. Request that you "courtesy copy" Mr. Tom Moomaw Leo.Moomaw@bia.gov. After the Site Visit, All vendor questions concerning this requirement must be submitted electronically no later than 1:00 pm EST, Monday 29 August 2011. Questions submitted after that time may not be answered prior to the response due date. No questions will be accepted via phone calls. Please address questions to bryan.ouray@bia.gov. Responses to all questions posed will be provided to all interested parties. Questions/answers will be posted on FBO no later than 5:00 PM EST, Wednesday 31 August 2011. Quotes are due by 5:00 PM EST, Tuesday 6 September 2011. The Government reserves the right to award without discussions. Please send all questions/quotes to Bryan Ouray at bryan.ouray@bia.gov NOTICE OF INDIAN ECONOMIC ENTEPRISE SET-ASIDE in accordance with the BUY INDIAN ACT and Pursuant to 25 U.S.C. 47 award will be granted to those offers submitted in response to this solicitation from eligible Indian economic enterprises. The BIA Central Office of Acquisitions and Property Management is authorized to set aside, negotiate and award to a Buy Indian Contractor.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/K0L10011027/listing.html)
- Place of Performance
- Address: BIA - Wind River AgencyFt. Washakie, Wy 82514
- Zip Code: 2091
- Zip Code: 2091
- Record
- SN02540042-W 20110820/110818235719-0c552590c7a97d3e2d0f40df2b8d9ff3 (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 |