Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2016 FBO #5386
MODIFICATION

F -- IDIQ YOUTH CONSERVATION INTIATIVE

Notice Date
8/20/2016
 
Notice Type
Modification/Amendment
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
BIA NAVAJO 00009 301 WEST HILL ROOM 346 Contracting Office Gallup NM 87301 US
 
ZIP Code
00000
 
Solicitation Number
A16PS01119
 
Response Due
8/24/2016
 
Archive Date
9/8/2016
 
Point of Contact
Benallie, Lynelle
 
Small Business Set-Aside
N/A
 
Description
Solicitation No. A16PS01119 is amended as follows: 1. The set aside is changed to Full and Open Competition. 2. The response date is extended to August 24, 2016, 3:00 p.m. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. A16PS01119 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. The IDIQ will be a Base Year with Four (4) Option Years contract not to exceed $7,000,000 per year. This IDIQ will be for a vendor to provide outdoor job skills training to young Navajo adults (18-30 years old). On the job experience will involve fence maintenance, cut-stump, trail construction, trail maintenance, re-vegetation, wilderness survival, first aid, tree planting, invasive species eradication, hand pulling noxious weeds, backpack spraying noxious weeds, spraying noxious/invasive plant species, stone masonry grip hoist training, and other training that will be provided through a Certification Training Program upon completion of the program to be furnished by the vendor. The Government will be issuing a single or multiple award IDIQ contract. This solicitation includes the option to extend the contract for four (4) additional one-year periods. The project area shall occur on federal trust lands administered by Navajo Region. All responsible sources may submit an offer which will be considered. Attached is the Statement of Work. Period of Performance (POP): Base Year: From date of award through September 30, 2017. Option Year 1: October 1, 2017 through September 30, 2018. Option Year 2: October 1, 2018 through September 30, 2019. Option Year 3: October 1, 2019 through September 30, 2020. Option Year 4: October 1, 2020 through September 30, 2021. EVALUATION FOR AWARD The Government will award a contract resulting from this solicitation on an all-or-none basis in accordance with SOLICITATION PROVISIONS, 52.212-1, Instructions to Offerors-Commercial Items, and 52.212-2 Evaluation-Commercial Items. Award will be made on an all-or-none basis to the responsible firm whose conforming offer is most advantageous to the Government, price and other factors considered. Other factors for this solicitation include technical capability and past performance of the offeror. Past performance information may be based on the Government's knowledge of, and previous experience with, the offeror, or other reasonable basis. Offerors shall provide a statement of technical capabilities and past performance with a list of references. Technical capability and past performance, when combined, are weighted significantly higher than price. For evaluation purposes only, price comparison will be based on the sum of the total price for the Base Year (Items 1-11), and for the four additional one-year option periods. Evaluation factors, as a whole, will be more important than price alone however, between offers evaluated as being equivalent, the price to the Government will be the deciding selection factor. TASK ORDERS After award, task orders may be placed by the Government. Task orders will be awarded per the SOW. MINIMUM GUARANTEES: Minimum amount to be ordered against the contract: $25,000.00. Minimum amount to be ordered by task order: $500.00. MAXIMUM TASK ORDER LIMITATION: The maximum amount to be ordered by task order shall be $2,000,000. The Contractor may limit the maximum dollar value of task orders it is willing to accept within a 30-calendar-day period. The total value of the contract will not exceed $7,000,000. FAR 52.212-02: Evaluation -Commercial Items: (a) The Government will award a 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 the order of importance are the listed evaluation factors: Factor I - Technical Capability Factor II - Deliverable Capabilities Factor III - Management Capabilities Factor IV - Past Performance (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. M.1 52.217-05, Evaluation of Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. M.2 Evaluation Factors for Award: Award will be made on the basis of the best value trade off evaluation meeting the technically acceptable standards of all the non-price factors. The evaluation factors other than cost or price when combined, are significantly more important than cost or price. The Government intends to select the Best Value offer on the basis of initial offers received, without discussions. Offerors may be given the opportunity to clarify certain aspects of quotes (e.g., the relevance of an offeror's information to resolve minor or clerical errors.) M.3 Evaluation The Government will be utilizing a best value trade off procedures as required under FAR 15.101-1. The Government will evaluate all offers to determine technical acceptability quote with the evaluated price. M.4 Evaluation Factors Factor I - Technical Capability Factor II - Past Performance Factor I - Technical Capability a) Knowledge and understanding of the requirements outlined in the SOW. b) Understanding of general and local condition which can affect the SOW. c) Logical sequence of steps and or specific techniques to accomplish all required work specified in the SOW. d) Capability to produce deliverables in response to the SOW. Factor II - Past Performance Please provide a list of contracts to include the contract number, POP, point of contact information and the description of the requirement. "Successful past performance on similar projects, to include but not limited to timeliness of performance and customer satisfaction". Travel cost incurred for transportation, lodging, meals, and incidental expenses (as defined in the regulation cited in FAR 31.205-46) shall be considered to be reasonable and allowable only to the extent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulation. Award will be made based on the all non-price factors weight more than cost or price, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. CONTRACT CLAUSES: The following FAR Clause including all that applies to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-02, Evaluation Commercial Items; 52.212-4 - Contract Terms and Conditions-Commercial; 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; following are incorporated in this contract by reference: 52.233-03, Protest After Award; 52.233-04, Applicable Law for Breach of Contract Claim; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities;52.203-13, Contractor Code of Business Ethics and Conduct; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-37, Employment Reports on Veterans; 52.225-3, Buy American - Free Trade Agreement; 52.225-1, Buy American Act; 52.225-13, Restrictions on Certain Foreign Purchase; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013); 52.232-36, Payment by Third Party (May 2014); 52.239-1, Privacy of Security Safeguards; and 52.247-64, Preference for Privately Owned U.S. - Flag Commercial Vessel. The following will be in full text: 52.216-02 Economic Price Adjustment-Standard Supplies; 52.216-20, Definite Quantity; 52.216-22, Indefinite Quantity; 52.217-06, Option for Increased Quantity; 52.217-07, Option for Increased Quantity - Separately Priced Line Item; 52.217-08, Option to Extend Services; 52.217-09, Option to Extend the Term of The Contract; 52.222-43, Fair Labor Standards Act and Service Contract Act; 52.232-18, Availability of Funds; 52.232-19, Availability of Funds for Next Fiscal Year; 52.204-03, Taxpayer Identification; 52.204-06, Data Universal Numbering System (DUNS) Number; 52.216-27, Single or Multiple Awards; 52.216-28, Multiple Awards for Advisory and Assistance Services; 52.217-05, Evaluation of Options. The following Department of Interior provisions and clauses apply to this solicitation: 1452-204-70, Release of Claims - Department of the Interior; 1452.226-70, Indian Preference; 1452.226-71, Indian Preference Program. The Federal Acquisition Regulations clauses and provisions are available on the website at http://www.acquisition.gov or may be requested from the Contracting Officer. A signed and dated offer with a complete copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, are due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Lynelle Benallie, by 3:00 p.m. MDT, August 24, 2016. Also submit breakdown of costs and description of the services offered. Offers submitted by facsimile and email will be accepted, the fax number is (505) 863-8382. Email: lynelle.benallie@bia.gov. Due to the urgency of the requirement, the response time has been shortened. Any further questions regarding this announcement may be directed to Lynelle Benallie, Contracting Officer, at (505) 863-8404, by fax at (505) 863-8382. All contractors submitting offers must be registered in sam.gov (System for Award Management) in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about SAM.GOV, go to: http://www.sam.gov. IDIQ YOUTH CONSERVATION INTIATIVE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A16PS01119/listing.html)
 
Record
SN04233643-W 20160822/160820233125-770c463660db2a5c7a89eab11708f0a7 (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.