Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 22, 2017 FBO #5690
SOLICITATION NOTICE

N -- INSTALLATION OF PLAYGROUND SET AND BENCHES

Notice Date
6/20/2017
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
BIA NAVAJO 00009<br />301 WEST HILL ROOM 346<br />Contracting Office<br />Gallup<br />NM<br />87301<br />US<br />
 
ZIP Code
87301
 
Solicitation Number
A17PS00824
 
Response Due
7/5/2017
 
Archive Date
7/20/2017
 
Point of Contact
Johnson, Mary Jane
 
Small Business Set-Aside
N/A
 
Description
THIS IS SET ASIDE FOR SMALL BUSINESS: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, A17PS00824, is issued as a Request for Quote (RFQ) in accordance with FAR Parts 12 & 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition 2005-95. The North American Industry classification (NAICS) code is 339920 and the business size maximum is 750. This solicitation is set-aside for Small Business. All responsible sources may submit a proposal which shall be considered. Award will be made on an all or none basis. The Government will award a firm fixed price contract. The Government will not be responsible for any costs accrued or incurred in response to this solicitation. CONTRACTOR TO PROVIDE INSTALLATION SERVICES OF PLAYGROUND EQUIPMENT AND BENCHES AT NENAHNEZAD COMMUNITY SCHOOL IN FRUITLAND, NEW MEXICO. STATEMENT OF WORK Background: Currently there is 1 swing for 1st and 2nd grade students to use during recess. The new playground set will provide students a play area and accommodate sitting area to visit and play. Scope of Work: The Contractor shall furnish all labor, materials, supervision, equipment, tools, transportation, certificates of insurance, testing, inspection and incidentals necessary to professional install playground equipment and benches for Nenahnezad Community School in Fruitland, New Mexico. Objective: The objective for this project is to install benches, stools and playground equipment with boarders. Work Requirements: 1. The Contractor must report to the main office to sign-in daily and document the number of employees he/she has on site during on-site installation. 2. Prior to installation the contractor shall visually inspect the area and determine material and supplies required to complete installation. 3. The contractor shall supply all the playground equipment, benches and stools to the site and unload in designated area. 4. The contractor shall supply all materials and equipment necessary for installation. 5. The Contractor shall notify the Contracting Officer, Contracting Officer Representative and Facility Maintenance workers on daily progress. 6. The Contractor must follow all work safety regulations and provide personnel with appropriate safety apparel such as: gloves, safety shoes, and protective gear. The Contractor is required to complete with all Federal, State, and local safety requirements. 7. The Contractor shall keep the working area clean and organized at all times. The Contractor shall ensure the working area is barricaded off, so children do not get into the area of installation. Delivery: Installations are of the playground set and benches are specified in the attached school playground sketch. Installation of the playground set and benches will include all necessary equipment and materials to successful install the playground set and benches to meet manufacturers recommended installation. Upon completion of all work the contractor, shall remove all debris and leave work area clean and orderly. Period of performance: The period of performance will be 30 days from the issuance of the Notice to Proceed. The work will be performed during schools business hours: Monday through Friday from 7:30 a.m. to 4:30 p.m. Government Furnish items: Electricity for power and water will be available for use during the installation. Security Requirements: Contractor shall wear the company name tag for identification purposes during the installation. The Contractor is responsibility for the storage and security of their supplies, materials and equipment throughout the duration of the installation. IF A SITE VISIT NEED PLEASE CONTACT: Mary Jane Johnson at maryjane.johnson@bia.gov and one will be scheduled. 1. MATERIALS (SUPPLIES): Playground set 1 each $ _________________ (BCI Burke Cyber Catalog Structure 3D-2503) 6 ft Stone Borders with 3 drive pins 28 each x $ _______ each = $_____________ (Identifies on playground sketch as "40x18 playground" identified). 6 ft Station Buddy Bench 4 each x $________ each = $ ____________ (Identified on sketch to place benches. Four of the 6 feet Station Buddy Benches will be installed approximately 5 feet from the playground area identified). 8 ft Station Buddy Bench 2 each x $________ each= $ ____________ (Identified on sketch as "##" to place benches. One will be installed in the middle of the court approximately 4 feet from the court. One will be installed at the end of the court approximately 12 feet from the court identified). Nova arc stool 4 each x $ ____________ each = $ _____________ (Identified on sketch as "**" to place stools. Four of the Nova Arc Stools will be installed approximately 5 feet from the court and playground area identified. 2. Installation Services: Installation Services $ _________________ Equipment $ ______________ Delivery /Freight $ ______________ ALL APPLICABLE TAXES $___________ TOTAL: $_______________ For solicitation purposes the item descriptions are from BCI Burke Catalog.. Brand Name or Equal does apply to this purchase. Please Note: *All travel miles calculations must be coincide with Rand Mcnally mileage calculations at www.randmcnally.com. BACKGROUND INVESTIGATION: In accordance with 25 U.S.C. 3201 (P.L. 101-630), Indian Child Protection and Family Violence Prevention Act; 42 U.S.C. 13041, Crime Control Act of 1990; 441 Departmental Manual, Personnel Security and Suitability Requirements all positions with duties and responsibilities involving regular contact with or control over Indian children are subject to a background investigation and determination of suitability for employment. Accordingly, all such positions require a favorable screening (applicant and suitability) determination made by the Bureau of Indian Affairs (BIA) Office of Indian Education Programs (OIEP), Personnel Security and Suitability Program; and a favorable background investigation determination conducted by the Office of Personnel Management (OPM). A favorable screening (applicant and suitability) determination must be made by the Bureau of Indian Affairs (BIA) Office of the Indian Education Programs (OIEP), Personnel Security and Suitability Program prior to contract award or made within 60 days of incorporation of this clause into a current/existing contract. Pending completion of a background investigation by OPM, the Contractor who has been granted a favorable screening (applicant and suitability) determination must be within the sight and under the supervision of a Government employee who has had a completed background investigation (42 U.S.C 13041 (3)) during contract performance until a final background investigation determination has been made. Prior employment with the Federal Government, including BIA, OIEP or the Bureau of Indian Affairs, does not assure that the appropriate screening or investigation was conducted nor does it alleviate or guarantee a favorable screening (applicant and suitability) determination or background investigation Prior to an award or during the 60 day period discussed in paragraph two, it is solely the company, individual or contractor's responsibility to contact the BIA, OIEP Personnel Security and Suitability Program at 505-563-5287/5288/5289/5294 in order to obtain a complete security package, which includes but is not limited to appropriate investigative forms and/or inquire about their previous investigation; and, obtain a screening (applicant and suitability) determination, and subsequent final background investigation. If an unfavorable screening (applicant and suitability) determination is made, a purchase order shall not be awarded to the individual who received an unfavorable screening or to the company who has proposed to employ the individual to perform the work. The individual and or the company who proposed to employ this individual may be determined to be non-responsible if an unfavorable screening (applicant and suitability) determinations is made, which will make them ineligible for purchase order award. If an unfavorable final background investigation determination is made, the purchase order may be terminated and the employee in question shall not be authorized to provide service to the BIA, OIEP, if the services involve contact with or regular control over Indian children. Award will be made to the lowest priced offeror, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. CONTRACT CLAUSES: The following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (b) of FAR 52.212-5(b), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.2013, Contractor Code of Business Ethics and Conduct; FAR 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR 52.222-41, Service Contract Act 1965; FAR 52.223-15, Energy Efficiency in Energy-Consuming Products; FAR 52.211-6, Brand Name of Equal; FAR 52.225-1 Buy American Act-Supplies; FAR, 52.232-34, Payment by Electronic Funds Transfer-System for Award Management; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items of FAR 52.212-5(c), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.222-55, Minimum Wages Under Executive Order 13658; FAR 52.232-18, Availability of Funds; FAR 52.216-02, Economic Price Adjustment-Standard Supplies; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors and DIAR clauses are herein incorporated as follows:. DIAR 1452.280-1 Notice of Indian small business economic enterprise set-aside ; DIAR, 1452.280-2; DIAR, 1452.280-3 Subcontracting limitations; DIAR, 1452.280-4 Indian economic enterprise representation; DIAR, 1480.102 Buy Indian Act acquisition regulations; DIAR, 1480.503 Commercial item or simplified acquisitions; DIAR 1480.601 Subcontracting limitations; DIAR, 1452.226-70, Indian Preference; DIAR, 1452.226-71, Indian Preference Program. The Federal Acquisition Regulations clauses and provisions are available on the Internet at: http://www.arnet.gov/far or may be requested from the Contracting Officer. The following Services Contract Act wage rates do apply to this solicitation: New Mexico Counties: San Juan WD 15-5445 and McKinley WD 15-5451. Award will be made at a fair and reasonable price to the lowest responsive and responsible offeror whose quote conforming to the requirements herein will be the most advantageous to the Government. Provide DUNS# and Tax ID# with a signed and dated quote, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items and DIAR 1452.280-4, Indian Economic Enterprise Representation. These two documents (completed 52.212-3 and DIAR 1452.250-4) are required to be considered for award. The RFQ is due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Mary Jane Johnson, P. O. Box 1060, Gallup, New Mexico 87305 by, July 05, 2017, 12:00 PM (Local Time, Gallup, N.M.) Physical address: 301 W. Hill Ave., Room. 346, Gallup, NM 87301. Quote submitted by facsimile at (505) 863-8382 or by email at maryjane.johnson@bia.gov will be accepted. Any further questions regarding this announcement may be directed to Mary Jane Johnson, Contract Specialist, by fax at (505) 863-8382. All contractors submitting quotes must be registered in the SAM.gov, 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 the SAM, go to: http://www.SAM.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-JUN-2017); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A17PS00824/listing.html)
 
Record
SN04550861-F 20170622/170620234306 (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.