Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 11, 2014 FBO #4582
MODIFICATION

R -- OPTION - Prosecutor Services

Notice Date
6/9/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
1001 Indian School Rd., NW Suite 347, Albuquerque, NM 87104
 
ZIP Code
87104
 
Solicitation Number
0040150510
 
Response Due
6/10/2014
 
Archive Date
12/7/2014
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: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.The solicitation number is 0040150510 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-74. The associated North American Industrial Classification System (NAICS) code for this procurement is 922130 with a small business size standard of 0.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-06-10 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Towaoc, CO 81334 The Bureau of Indian Affairs requires the following items, Purchase Description Determined by Line Item, to the following: Base Period of Performance: 06/13/2014 - 06/12/2015 LI 001: Prosecutor Services: See Attachment for Statement of Work and Terms and Conditions. The period of performance is for a one year base period, with two (one year) option periods. The period of performance is anticipated to be June 13, 2014, through June 12, 2015. The anticipated contract is firm fixed price per hour for services accepted and received by the Government. Time/Hours for travel are not to be invoiced/paid as hours of (actual) service. See Section L and Section M for instructions to submit a price quote and evaluation factors. Subject to the Availability of Funds, FAR 52.232-18 Subject to the Availability of Funds Next Fiscal Year, FAR 52.232-19 If price quotes received are unreasonable to the Government, the Government reserves the right to not award a contract., 1560, Hourly; Option 1 Period of Performance: 06/13/2015 - 06/13/2016 LI 001: Prosecutor Services: See Attachment for Statement of Work and Terms and Conditions. The period of performance is for a one year base period, with two (one year) option periods. The period of performance is anticipated to be June 13, 2015, through June 12, 2016. The anticipated contract is firm fixed price per hour for services accepted and received by the Government. Time/Hours for travel are not to be invoiced/paid as hours of (actual) service. See Section L and Section M for instructions to submit a price quote and evaluation factors. Subject to the Availability of Funds, FAR 52.232-18 Subject to the Availability of Funds Next Fiscal Year, FAR 52.232-19 If price quotes received are unreasonable to the Government, the Government reserves the right to not award a contract., 1560, Hourly; Option 2 Period of Performance: 06/13/2016 - 06/12/2017 LI 001: Prosecutor Services: See Attachment for Statement of Work and Terms and Conditions. The period of performance is for a one year base period, with two (one year) option periods. The period of performance is anticipated to be June 13, 2016, through June 12, 2017. The anticipated contract is firm fixed price per hour for services accepted and received by the Government. Time/Hours for travel are not to be invoiced/paid as hours of (actual) service. See Section L and Section M for instructions to submit a price quote and evaluation factors. Subject to the Availability of Funds, FAR 52.232-18 Subject to the Availability of Funds Next Fiscal Year, FAR 52.232-19 If price quotes received are unreasonable to the Government, the Government reserves the right to not award a contract., 1560, Hourly; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Bureau of Indian Affairs intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Bureau of Indian Affairs is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 30 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Offerors must be registered in Online Representation & Certification Application (ORCA) https://orca.bpn.gov/ at the time of proposal submittal After completion of work and prior to final payment, the Contractor shall furnish the Contracting Officer with a release of claims against the United States relating to this contract. The Release of Claims form (DI-137) shall be used for this purpose. The form provides for exception of specified claims from operation of the release. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: X 1)52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). X (2) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126). X (3) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). X (4) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). X (5) 52.225-1, Buy American Act?Supplies (FEB 2009) (41 U.S.C. 10a-10d). X (6) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). (a) The Government may extend the term of this contract by written notice to the Contractor within three days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least three days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed twelve months. State of New Mexico Gross Receipts and Compensating Tax, FAR 52.229-10 Contract Terms and Conditions-Commercial Items, FAR 52.212-04 Termination for Default, FAR 52.249-8 Termination for Convenience, FAR 52.249-01 Prohibition of Assignment of Claims, FAR 52.232-24 Bankruptcy, FAR 52.242-13, Disputes FAR 52.233-1 Applicable Law for Breach of Contract Claim, FAR 52.233-04 a) Definitions. As used in this provision??Lobbying contact? has the meaning provided at 2 U.S.C. 1602(8). The terms?agency,? ?influencing or attempting to influence,? ?officer or employee of an agency,? ?person,? ?reasonable compensation,? and ?regularly employed? are defined in the FAR clause of this solicitation entitled ?Limitation on Payments to Influence Certain Federal Transactions? (52.203-12). (b) Prohibition. The prohibition and exceptions contained in the FAR clause of this solicitation entitled ?Limitation on Payments to Influence Certain Federal Transactions?(52.203-12) are hereby incorporated by reference in this provision. (c) Certification. The offeror, by signing its offer, hereby certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress on its behalf in connection with the awarding of this contract. (d) Disclosure. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensationwere made. (e) Penalty. Submission of this certification and disclosure is a prerequisite for making or entering into this contract imposed by 31 U.S.C. 1352.Any person who makes an expenditure prohibited under this provision or who fails to file or amend the disclosure required to be filed or amended by this provision, shall be subject to a civil penalty of not less than $10,000, and not more than $100,000, for each such failure. Service of Protest--Department of the Interior (Deviation), FAR 52.233-02 To be Considered for Award, vendors are required to price quote each line item. The Government reserves the not to award a contract if the Government determines price quotes are unreasonable. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within three days. Greening Compliance The vendor shall comply with the environmental requirements of FAR Part 23, DIAR Part 1423, and DOI Green Purchase Plan. See www.interior.gov/greening/procurment/index. See Attachment 1. See Attachment 1. Offeror is required to upload a copy of their active/current State of Colorado Law License. This solicitation is for one position as a Prosecutor (Services). Additional staff is not authorized without the approval of the Contracting Officer. If additional staff is authorized by the Contracting Officer, the hourly rate remains the same and will not be invoiced/paid separately for two or more positions: Only one position will be invoiced and paid.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/0040150510/listing.html)
 
Place of Performance
Address: Towaoc, CO 81334
Zip Code: 81334
 
Record
SN03389774-W 20140611/140609234938-9e1cef806cf131987bfe5d4b2fb76e0b (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.