Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 26, 2014 FBO #4597
SOLICITATION NOTICE

56 -- CONSTRUCTION: BASKETBALL COURT & TENNIS COURT

Notice Date
6/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1001 Indian School Rd., NW Suite 347, Albuquerque, NM 87104
 
ZIP Code
87104
 
Solicitation Number
0040133886
 
Response Due
7/8/2014
 
Archive Date
1/4/2015
 
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
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 0040133886 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 327310 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 2014-07-08 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The Bureau of Indian Affairs requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: CONSTRUCTION OF AN OUTDOOR (CONCRETE) BASKETBALL COURT: LOCATION: BUREAU OF INDIAN EDUCATION-SKY CITY COMMUNITY SCHOOL, PUEBLO OF ACOMA, NEW MEXICO THIS LINE ITEM IS TO DOCUMENT THE TOTAL OF MATERIALS, LABOR, BONDS, MOBILIZATION, AND PROFIT TO CONSTRUCT AN OUTDOOR BASKETBALL COURT. SEE SECTION L OF THE ATTACHMENT: For consideration of award, Offerors are required to upload the following to FedBid as attachments: 1) Exact Materials to be Used as outlined in the Statement of Work 2) Material Breakdown of Costs 3) Labor Costs 4) Taxes (for labor only) 5) Profit 6) Bonds 7) Mobilization 8) Certification with Offeror?s signature that all materials are asbestos free. 9) Estimated schedule of construction: Not to Exceed 120 days. The construction schedule shall also include the soonest date the contractor is available to begin demolition and construction. 10) Past Performance: Contractor shall provide a listing of Government contracts previously awarded/received for similar construction work. 11) Site plan of the basketball court. 12) Site plan of the tennis court. Note: Travel costs are at the contractor?s expense., 1, Job; LI 002: BASKETBALL COURT CONSTRUCTION TAXES: NEW MEXICO GROSS RECEIPTS TAX FOR LABOR AND PUEBLO OF ACOMA TERO TAX (ALSO, PLEASE INCLUDE TAXES IN THE BREAKDOWN OF COSTS UPLOADED AS AN ATTACHMENT TO FEDBID)., 1, Job; LI 003: CONSTRUCTION OF AN OUTDOOR (CONCRETE) TENNIS COURT: LOCATION: BUREAU OF INDIAN EDUCATION-SKY CITY COMMUNITY SCHOOL, PUEBLO OF ACOMA, NEW MEXICO THIS LINE ITEM IS TO DOCUMENT THE TOTAL OF MATERIALS, LABOR, BONDS, MOBILICATION, AND PROFIT TO CONSTRUCT AN OUTDOOR TENNIS COURT WITH FENCING AND TWO ENTRANCE GATES. SEE SECTION L OF THE ATTACHMENT: For consideration of award, Offerors are required to upload the following to FedBid as attachments: 1) Exact Materials to be Used as outlined in the Statement of Work 2) Material Breakdown of Costs 3) Labor Costs 4) Taxes (for labor only) 5) Profit 6) Bonds 7) Mobilization 8) Certification with Offeror?s signature that all materials are asbestos free. 9) Estimated schedule of construction: Not to Exceed 120 days. The construction schedule shall also include the soonest date the contractor is available to begin demolition and construction. 10) Past Performance: Contractor shall provide a listing of Government contracts previously awarded/received for similar construction work. 11) Site plan of the basketball court. 12) Site plan of the tennis court. Note: Travel costs are at the contractor?s expense., 1, Job; LI 004: TENNIS COURT CONSTRUCTION TAXES: NEW MEXICO GROSS RECEIPTS TAX FOR LABOR AND PUEBLO OF ACOMA TERO TAX. (ALSO, PLEASE INCLUDE TAXES IN THE BREAKDOWN OF COSTS UPLOADED AS AN ATTACHMENT TO FEDBID)., 1, Job; 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. 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. 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. 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. a) The term "f.o.b. destination," as used in this clause, means-- (1) Free of expense to the Government, on board the carrier's conveyance, at a specified delivery point where the consignee's facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and (2) Supplies shall be delivered to the destination consignee's wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the Contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or "constructive placement" as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including "piggyback") is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item 568 of the National Motor Freight Classification for "heavy or bulky freight." When supplies meeting the requirements of the referenced Item 568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarded for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee. (b) The Contractor shall-- (1)(i) Pack and mark the shipment to comply with contract specifications; or (ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements; (2) Prepare and distribute commercial bills of lading; (3) Deliver the shipment in good order and condition to the point of delivery specified in the contract; (4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract; (5) Furnish a delivery schedule and designate the mode of delivering carrier; and (6) Pay and bear all charges to the specified point of delivery. Service of Protest--Department of the Interior (Deviation), FAR 52.233-02 To be Considered for Award, offerors are required to price quote each line item. Also, to be considered for award, offerors are required to upload the requirements outlined in Section L of the attachment. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/0040133886/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN03404187-W 20140626/140625021817-ad5d852d8b2d62e55869cac6c07848ae (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.