Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2020 SAM #6735
SOLICITATION NOTICE

S -- COVID-19 CLEANING LUMMI TRIBAL SCHOOL

Notice Date
5/6/2020 2:14:44 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
CENTRAL OFFICE RESTON VA 20191 USA
 
ZIP Code
20191
 
Solicitation Number
140A2320Q0173
 
Response Due
5/11/2020 12:00:00 AM
 
Archive Date
05/26/2020
 
Point of Contact
Johnson, Mary Jane
 
E-Mail Address
maryjane.johnson@bia.gov
(maryjane.johnson@bia.gov)
 
Small Business Set-Aside
ISBEE Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior)
 
Awardee
null
 
Description
This ACQUISITION IS FOR 100% NATIVE OWNED SMALL BUSNESS SET ASIDE UNDER THE BUY INDIAN ACT (25 (U.S.C). The offeror represents as part of its offer that it { } does { } does not meet the definition of Indian Economic Enterprise as defined in 14.80.201. The Bureau of Indian Affairs (BIA) is soliciting offers to procure Services for BIE Lummi Tribal School, 2334 Lummi View Dr., Bellingham, WA 98226 on the Lummi Reservation. 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. herein cited will be procured under FAR 12, Acquisition of Commercial Items. Solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-101. This acquisition is set aside 100% Indian Small Business Economic Enterprise (ISBEE). In order to participate in this solicitation, vendors MUST qualify under the following NAICS CODE 561720 Description: Contractor shall provide services consisting of furnishing all labor, material, equipment, supervision, permits, insurance, transportation and incidentals for the Cleaning and Disinfection Services for BIE Lummi Tribal School, at locations identified on the Statement of Work (SOW). Contractor shall provide Cleaning and Disinfection Services as prescribed, per the SOW below. Period of Performance Cleaning and Disinfection Services: The cleaning and disinfection services will be administered for 28,937 square feet in the areas of the Main School Building: Per the below SOW. Cleaning Services $____________________ Include all Applicable Taxes $ _________________ Total $ ____________________________ STATEMENT OF WORK Lummi Tribal School END OF STATEMENT OF WORK SECTION M 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: COST Factor I - Past Performance; Factor II - Technical Capability; Factor III � Familiarity of the Area M. 1 Contract Award will be made on the basis of the lowest evaluated price of proposals meeting the technically acceptability standards. The Government intends to select the Lowest Price Technically Acceptable offer on the basis of initial offers received, without discussions. Offers may be given the opportunity to clarify certain aspects of the proposals (e.g., the relevance of an offeror's past performance information or to resolve minor or clerical errors). M.2 Evaluation The Government will conduct a lowest price technically acceptable source selection as required under FAR 15.101-2. The Government will evaluate all offers to determine technical acceptability proposal with the lowest evaluated price. Each Factor will be rated either ""Acceptable"" or ""Unacceptable"". All Factors must be ""Acceptable"" in order to be determined as technically acceptable. A proposal with any factors that are rated as ""Unacceptable"" will not be considered. M.3 Evaluation Factors Factor I - Past Performance; Factor II - Technical Capability; Factor III Management Capabilities/Key Personnel Qualification FACTOR I - Past Performance for cleaning services, in accordance with the Statement of Work. 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"". The Offeror will be evaluated on determination of past performance, determination of successful completion of boiler inspection services without unresolved complaints. A determination of successful completion of services. FACTOR II - Technical Capability quote for cleaning services, in accordance with the Statement of Work. The standard of Technical Qualifications is met when the Offeror demonstrates a thorough understanding of the requirements and offers technical approach to project completion. The Offeror will provide a detail technical approach of the work to be performed as outlined in the Statement of work. The Technical Capability shall be in as much detail as the offeror considers necessary to fully explain their technical approach. The technical approach should reflect a clear understanding of the nature of the work to be performed. The proposal shall assess the offeror's understanding of the Bureau of Indian Education's goals for the project and an understanding of the Statement of Work (SOW). The proposal should include, but not limited to the following: a) Explain safety precautions that will be taken in accordance to the SOW. b) Understanding of general and local condition which can affect the SOW. FACTOR III - Familiarity with the area where the work will be performed. Knowledge of the Lummi School (location of Bureau of Indian Education schools within the Lummi Nation, a Native American tribe) for services and supplies to all allow the contractor to work independently and successfully with local school and agency facility staffs. 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 FAR clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (Oct 2014)m /far 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract of Terms and Conditions Commercial Items. In paragraph (a) of FAR 52.212-5 the following applies: FAR 52-217-8, Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.219-6, (Deviation 2019-00003) Notice of Total Small Business Set-aside, 52.219-14 Limitations on Subcontracting (Deviations 2019-0003), FAR 52.219-13, Notice of Set-Aside of OrdersFAR5 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3353); FAR 52.233-4, Applicable Law for Brach of Contract Claim (Oct 2004) (Pub. L.108�77, 108-78). In Paragraph (b) of FAR 52.212-5(b), The Contractor shall comply with following FAR clause 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 52.225-1 Buy American Act-Supplies (May 2014) (41 U.S.C. 10a-10d); Far 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013)(31 U.S.C. 3332); and FAR 52.232-36, Payment by Third Party (May 2014)( 31 U.S.C. 3332); 52.222-3, Convict Labor (June 2003); 52.22-19, Child Labor Cooperation with Authorities and Remedies (Feb 2016; 52.222-21 Prohibition of Segregated Facilities (April 2015)l 52.222-26, Equal Opportunity (Sept 2016); 52-229-3, Federal, State and Local Taxes (Feb 2013). FAR and DIAR clauses are herein incorporated as follows: 52.216-2 Economic Price Adjustment-Standard Supplies; FAR 52.222-41 Service Contract Labor Standards;; FAR 52.222-41 Statement of Equivalent Rates for Federal Hires: FAR 52.222-50 Combating Trafficking in Persons (Mar 2015); FAR 52.223-10, Waste Reduction Program (May 2011); FAR 52.5523-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); FAR 52.232-18, Availability of Funds (April 1984). Providing Accelerated Payments to Small Business Subcontractors and DIAR clause are herein incorporated as follows: DIAR 1452.280-1 Notice of Indian small business economic enterprise set-aside; DIAR 1450-16-1 Homeland Security Presidential Directive, DIAR 1452.250-2; 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 items or simplified acquisitions; DIAR 1480.601 Subcontracting limitations; DIAR 1452.226-70 Indian Preference; DIAR 1452.223-71, Indian Preference Program. Department of the Interior Acquisition Regulation (DIAR) is available at www.doi.gov/pam/aindex.html. The following DIAR applies to this solutions Electronic Invoicing and Payment Requirements Internet Payment Platform (IPP) Payments requests must be submitted electronically through the U.S. Department of the Treasury�s Internet Payment Platform System (IPP. �Payment request� means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions � Commercial items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice [CO to edit and include the documentation required under this contract]: None. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. Provide DUNS# and Tax ID# with a signed and dated quote, along with a completed copy of FAR Clause 52.212-3, Offeror Representation and Certifications � Commercial Items and DIAR 1452.280-4, Indian Economic Enterprise Representation. These two documents (completed 52.212-3 and DIR 145.280-4) are required to be considered for award. The RFQ us be submitted to Gertrude Bryant by email Gertrude.Bryant@bia.gov. Any further questions regarding this announcement may be directed to Gertrude Bryant, Contract Specialist, via email. All contracts submitting offers must be registered in the SAM Registration (SAM) to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about SAM, go to: http://www.sam.gov END OF CLAUSES
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e2ed58f49ab647c7b957ffd01ec98b16/view)
 
Place of Performance
Address: 2334 Lummi View Dr, Bellingham, WA 98226, USA
Zip Code: 98226
Country: USA
 
Record
SN05647901-F 20200508/200506230201 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.