SOLICITATION NOTICE
N -- Modular Reconfiguration, Furniture, and Installation
- Notice Date
- 8/25/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- BIA-Albuquerque Acquisition Office 1001 Indian School Road NW, Room 347 Albuquerque NM 87104
- ZIP Code
- 87104
- Solicitation Number
- A11PS01382
- Response Due
- 9/13/2011
- Archive Date
- 8/24/2012
- Point of Contact
- Yvette Washington Contract Specialist 5055633663 yvette.washington@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
- COMBINED SYNOPSIS AND SOLICITATION This is a combined synopsis/solicitation for commercial items to be awarded as a single firm fixed price contract. Due to the expansion and relocation of the Office of Justice Services (OJS), District IV Office and staff located in Mescalero, New Mexico, the program is requesting a proposal for the reconfiguration of one (1) existing portable modular building, and one (1) existing building (#97); to include interior design, purchase and installation of furniture and movable walls. The reconfiguration is to accommodate law enforcement personnel and office needs. REQUEST FOR PROPOSAL The Bureau of Indian Affairs, Office of Justice Services, District IV, Mescalero Agency, in Mescalero New Mexico, is seeking proposals to complete a reconfiguration project of one (1) existing portable modular building and one existing building (#97) to accommodate personnel and office needs. The project includes the following commercial items and services: interior design and drafting, movable walls, instillation of the movable walls, furniture layout specs, office furniture, office furniture installation, modular systems furniture, and modular systems furniture instillation. The Contractor shall provide all labor, tools, equipment, materials, supplies, transportation, services, and supervision required to complete the design and installation service for the project. The Government will award single, Firm Fixed Price (FFP) 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. The following factors shall be used to evaluate offers, in order of importance: (1) Price; (2) Technical capability; (3) Past performance; (4) Native American/Indian Owned Business. When combined, Technical capability, Past Performance, and Native American/Indian owned business are more important than price. The proposal must comply in all respects with the requirements of the laws, regulations, and conditions set forth in the solicitation. The proposal must meet all mandatory solicitation requirements. The single, firm fixed price award will be made with the following CLIN's: 1. Interior design and drafting service; 2. Furniture, fixtures, and movable walls for installation; 3. Installation service; 4. Project oversight. This requirement is a 100% set-aside for Small Business. The solicitation shall incorporate commercial service and item clauses that are in effect through the Federal Acquisition Circular FAC 2005-50. The North American Industry Classification System (NAICS) code for this acquisition is 337214. REQUIREMENTS Modular Building: Approximate interior measurement is 30' x 50' the area requires design and layout for modular walls, furniture, and fixtures. Floor to ceiling modular wall system for approximately four (4) offices including doors. Systems furniture to accommodate approximately (5) workstations, filing area, furniture for break room. Installation of the modular wall system, furniture and fixtures. Building #97: Approximate interior measurement of the area is 40' x 45' the area requires furniture for existing offices and other areas. Period of Performance: The period of performance is from the date of award to December 31, 2011. GENERAL REQUIREMENTS A.Delivery: Completion is expected by December 31, 2011; unless work is interrupted by weather, product shipment, or other unforeseen closures or delays. B.Warranty: The contractor shall provide at a minimum a one-year warranty on the labor and workmanship from the date of Government acceptance. Product warranty shall be provided to the Government in a clearly marked folder upon Government acceptance. C.Working Hours: Work on this project shall be performed during the normal duty hours of 7:00 a.m. to 4:00 p.m. local time, Monday through Friday. Any deviation from this requirement requires written approval from the COTR. D.Safety: The contractor and all contractor employees shall abide by OSHA, and Federal and Tribal safety requirements and laws while on Federal or Tribal land. The contractor shall provide all safety and precautionary items in the performance of this project, such as but not limited to; signs, barriers, caution tape, etc. E.Recycling and Disposal of Refuse: Refuse, excess or waste material resulting from this project shall become the property of the contractor and shall be recycled to the maximum extent possible, or disposed of off Government property. All disposals shall be in accordance with Federal, State, and Tribal or local laws. F.Damages: In the performance of the contract, the Contractor shall be responsible for repairing and or replacing interior and exterior structure damage caused to any of the existing surfaces. Any repair or replacement shall be finished to match the existing structure or surface. EVALUATION CRITERIA AND SUBMISSION INSTRUCTIONS The technical proposal and price proposal must be submitted as separate attachments in the e-mail transmission. All electronic information submitted must be presented in a generally acceptable software application format and must be compatible with Microsoft Office 2007 or Adobe 10. 1.At minimum, the pricing information shall include: A.Overall total proposed price for basic performance required under the Statement of Work (SOW). B.Price proposal shall be itemized by separate CLINs.C.Labor categories, estimated hours, rates, and the estimated number of contractor employees shall be included. In accordance with FAR 52.222-41, Service Contract Act of 1965, the Service Contract Act applies to this procurement and service wages must comply with the Department of Labor wage rates for Otero County, New Mexico. 2.Technical capability must clearly demonstrate the capacity to successfully complete a project similar size and scope. Not to exceed one (1) page. 3.Past performance must list and describe the three most recent projects similar in size, and scope. Not to exceed two (2) pages. 4.The Bureau of Indian Affairs encourages the participation of Native American/Indian Owned Businesses in accordance with FAR 52.226-1 Utilization of Indian Organizations and Indian-Owned Economic Enterprises; DIAPR 1452.226-70/71 Indian Preference and Indian Preference Program; and BIA 1452.280-3 Subcontracting limitations, a contractor shall not subcontract to other than Indian Firms more than 50 percent of the work under a prime contract award pursuant to the Buy Indian Act. If your business qualifies and would like consideration under the Indian Economic Enterprise Set-a-side, clearly state the status as a Native American/Indian owned business. A MANDATORY site survey will be held on Friday, September 2, 2011, from 12:00 p.m. to 4:00 p.m. Mountain Daylight Time at the Mescalero Agency, Mescalero, New Mexico. The site visit is required prior to Government acceptance of a proposal. For additional information and the location of the Place of Performance and to sign-up for the site visit, please contact Ms. Yvette Washington, Contract Specialist, by email at Yvette.Washington@bia.gov. Site visit sign-up requests must be received no later than 4:00 p.m. MDT on Thursday, September 1, 2011. After the site visit, all contractor questions concerning this procurement requirement shall be submitted in writing electronically no later than 4:00 p.m. MDT on Tuesday, September 6, 2011. The Government reserves the right to respond to questions received after question submittal deadline. Questions will not be accepted via telephone. Please submit questions to Ms. Yvette Washington, Contract Specialist, at Yvette.Washington@bia.gov. A response to all the questions received by the submittal deadline will be provided to all interested parties and will be posted on FedBizOpps no later than 4:00 p.m. MDT on Wednesday, September 7, 2011. Proposals are due by 4:00 p.m. MDT on Tuesday, September 13, 2011. The Government reserves the right to award without discussions. Please submit all proposals to Ms. Yvette Washington, Contract Specialist, at Yvette.Washington@bia.gov. NOTICE OF INDIAN ECONOMIC ENTERPRISE SET-ASIDE Pursuant to 25 U.S.C. 47, preference will be granted to those offers submitted in response to this solicitation from eligible Indian economic enterprises. Offers received from enterprises that are not eligible Indian economic enterprises will be considered if reasonable, responsive offers are not received from eligible Indian economic enterprises. Indian Economic Enterprise means (i) any business activity owned by an Indian or an Indian Tribe that is established for the purpose of profit provided that such Indian or Indian Tribe ownership shall constitute not less than 51 percent of the enterprise, and that the Indian or Indian Tribe shall receive a majority of the earnings from the contract, to include entities established pursuant to the Native Claims Settlement Act, 43 USC 1601 and 43 USC 1626(e)(1) and (2); and (ii) the management and daily business operations of an eligible Indian economic enterprise must be controlled by one or more individuals who are members of an Indian Tribe. The individuals must possess requisite management or technical capabilities directly related to the primary industry in which the firm conducts business. The enterprise must meet these requirements throughout these time periods: (1) At the time an offer is made in response to a written solicitation; (2) at the time of contract award; and (3) during the full term of the contract. Indian Tribe means an Indian Tribe, band, nation, or other recognized group or community which is recognized as eligible for the special programs and services provided by the United States to Indians because of their status as Indians, including any Alaska Native village, urban, or corporation pursuant to the Alaska Native Claims Settlement Act (PL 92-203, 85 Stat. 688; 43 USC 1601).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A11PS01382/listing.html)
- Place of Performance
- Address: Bureau of Indian Affairs, Office of Justice Services, Mescalero Agency, Mescalero, New Mexico.
- Zip Code: 88340
- Record
- SN02549690-W 20110827/110826000045-becb38e9230c52489f504b373b7bb063 (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 |