Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2021 SAM #7063
SOLICITATION NOTICE

65 -- PPE Supplies COVID 19

Notice Date
4/1/2021 5:08:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
INDIAN EDUCATION ACQUISITION OFFICE Albuquerque NM 87104 USA
 
ZIP Code
87104
 
Solicitation Number
140A2321Q0133
 
Response Due
4/7/2021 9:00:00 AM
 
Archive Date
05/03/2021
 
Point of Contact
Bryant, Gertrude, Phone: 0000
 
E-Mail Address
Gertrude.Bryant@bia.gov
(Gertrude.Bryant@bia.gov)
 
Small Business Set-Aside
ISBEE Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior)
 
Description
COVID 19 PPE SUPPLIES THIS ACQUISITION IS FOR 100% NATIVE OWNED SMALL BUSINESS 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 1480.201. The Bureau of Indian Affairs (BIA) is soliciting offers for Personal Protective Equipment for BIE, Sherman Indian High School, 9010 Magnolia, AVE, Riverside, CA 92503. This is a combined 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 Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions 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 is 339113. DESCRIPTION: Contractor shall provide (ALL OR NONE) the supplies listed below to Sherman Indian School within 30 days after receipt of the award. 1. Tissue, Facial, 125 2-PLY Sheets, 8.4 inches x 8.0 inches, 300 each $______ = $______ 2. Disinfecting Spray, 32 oz, made without bleach, yet powerful enough to kill 99.9% of germs similar to Honest Disinfecting Spray, 600 each $______ = $______ 3. Copy Paper, Economy, 8.5 inches x 11 inches letter, 20 lbs, 92 Bright, 10 reams per case, 80 cases $______ = $______ 4. All-Purpose Heavy Duty Spray Bottle, 24 oz, Upgrade spray head and leak free, adjustable spray nozzle; mist, stream, and off, 200 each $______ = $______ 5. Protective Glasses, Safety, Clear, Anti-Fog and Scratch, Chemical Splash, Eye Protection, 8.66 x 3.15 x 5.51 in., Adjustable head belt, Polycarbonate lens, similar to brand Super More, 300 each $______ = $______ 6. Thermometer, Inf Rd, Touchless, Non Contact, Easy to Read, Multipurpose; forehead, body, room. Measurement in Fahrenheit and Celsius. Automatic shut off after at least 1 minute of none use, 75 each $______ = $______ 7. Battery, AA, multipurpose, long lasting, 600 each $______ = $______ 8. Battery, AAA, multipurpose, long lasting, 300 each $______ = $______ 9. Battery, D, multipurpose, long lasting, 200 each $______ = $______ 10. Battery, C, multipurpose, long lasting, 200 each $______ = $______ 11. Large Air Purifier, 600 sq ft room capacity, filter type PERMANENT for easy cleaning (rinse), must capture at least 99.90% allergens for clean air. Product similar Ionic Pro Platinum Air Purifier, 300 each $______ = $______ 12. Sheet, Drape, Economy, 2PLY Drape Sheet, White Tissue for Medical, Disposable, Heavy Duty and fluid protection, 800 each $______ = $______ 13. Isolation Gowns with long sleeves, Protection from fluids, Elastic cuffs, tie at waist and neck, LARGE, 400 each $______ = $______ 14. Isolation Gowns with long sleeves, Protection from fluids, Elastic cuffs, tie at waist and neck, XLARGE, 400 each $______ = $______ 15. Isolation Gowns with long sleeves, Protection from fluids, Elastic cuffs, tie at waist and neck, XXLARGE, 400 each $______ = $______ 16. Coveralls, Color - White, XX Large, Hood, Zipper Front, Elastic Wrist, Elastic Ankel, Liquid and bodily fluid protection, meet NFPA, ASTM F1670, and ANSI/ISEA 101-1996, 1,800 each $______ = $______ 17. Coveralls, Color - White, X Large, Hood, Zipper Front, Elastic Wrist, Elastic Ankel, Liquid and bodily fluid protection, meet NFPA, ASTM F1670, and ANSI/ISEA 101-1996, 1,800 each $______ = $______ 18. Coveralls, Color - White, Large, Hood, Zipper Front, Elastic Wrist, Elastic Ankel, Liquid and bodily fluid protection, meet NFPA, ASTM F1670, and ANSI/ISEA 101-1996, 1,800 each $______ = $______ 19. Pillowcase, Tissue/Poly for absorbency and strength, disposable, 30 inches w x 21 inches l standard, single-use, infection control, 500 each $______ = $______ 20. Table Top Towel Dispenser, Stainless Steel, 8 inches H x 13 inches W x 5 inches D, Sheet Capacity 144, Dispense one towel at a time. Similar to Tork Xpress model H-5995, 150 each $______ = $______ 21. Standard Multi-Fold Towel, 2 PLY Sheets. Fits Line 20 item, WHITE, 135 towels per pk., 400 Packs $______ = $______ 22. Sponge, Scrub, Heavy- uty, Reusable, 2.5 inches H x 6.2 inches W x 4.1 inches D, 600 each $______ = $______ 23. Individual Wrapped, Plastic, Heavy Duty, Full Size; Fork, Spoon, Knife, and napkin. Include salt and pepper, 5,000 each $______ = $______ 24. Paper Plates, Heavy Duty, Coated, soak proof, microwaveable, 8.50 inches dia, 2,500 each $______ = $______ 25. Paper Bowls, Heavy Duty, Coated, soak proof, microwaveable, 20 oz, 5,000 each $______ = $______ 26. Cups, 16 oz, Foam, for hot and cold drinks, 5,000 each $______ = $______ 27. Cups, Hot, Poly Paper, 12 oz, Sturdy, 5,000 each $______ = $______ 28. Cup, Cold, Paper, 3 fl oz, coated for strength, 10,000 each $______ = $______ 29. Natural Wood Head 60 inches & Cotton Mop Head .94 inches, sturdy, lightweight, 60 each $______ = $______ 30. Trash Can (Residential), 13 gallons, Open Step On pedal, removable liner, shape rectangular, material steel, color stainless steel, lid slow close, 20 each $______ = $______ 31. Trash Can (Residential), 8 gallons, Open Step On pedal, removable liner, shape rectangular, material steel, color stainless steel, lid slow close, 300 each $______ = $______ 32. Bags, clear, Zippered Sandwich, 6 inches w x 6.50 inches 1 x 120 mil thickness, 12,000 each $______ = $______ 33. Bags, clear, 11 inches w x 10.50 inches l x 270 mil (thickness), One Gallon, freezer protection, write-on for identification, double, 6,000 each $______ = $______ 34. Tray, Mess, 3 compartment, 8 inches x 8 inches x 3 inches, White, Disposable, Biodegradable, Compostable and Chemical Free, Microwaveable, Leak Proof, Heavy Duty, 5,000 each $______ = $______ 35. Liquid Dish soap, 38 oz, 50 each $______ = $______ 36. Beverage Cooler, Water, 5 Gallon, Angled drip resistant spigot, Pressure Fit Lid, UV Protection, Insulated to Keep Drinks Cold, must be at least 14.5 inches x 13 inches x 19.5 inches, 15 each $______ = $______ 37. Cooler Spigot compatible with Beverage Cooler (above cooler), 30 each $______ = $______ 38. Bleach, Disinfect Cleaner, 1 gallon, 135 each $______ = $______ 39. Trash bags, 13 gallon, Clear, Puncture Resistance, 20,000 each $______ = $______ 40. Trash bags, 33 gallon, Clear, Puncture Resistance, 20,000 each $______ = $______ 41. Poster Stand, 24 inches x 36 inches curb sign, Built in rollers, Black, UV resistance, Protective cover for posters, Heavy Duty Base, similar to brand MDI,15 each $______ = $______ 42. Cone Sign Holder 13 inches x 15 inches sign, 14.5 inches w x 47 inches h x 14.5 inches d, double sided weight base, Outdoor use, UV resistance, Protective cover for poster, 30 each $______ = $______ Delivery $______ All Applicable Taxes $______ TOTAL $______ Units may be boxes as long as the total quantity equals the requested amount list. DELIVERY: Delivery and acceptance to take place no later than 30 days after the contract is awarded. LOCATION: Sherman Indian High School, 9010 Magnolia, AVE. Riverside, CA 92503 Award will be made to the lowest priced offeror, who's quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. All or NONE. 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), 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 (a) of FAR 52.212-5 the following applies: FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirements To Inform Employees of Whistleblower Rights (JUNE 2020); FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553); FAR 52.233-4, Applicable Law for Breach 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 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 52.225-1 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 (AUGUST 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); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016); 52.222-21 Prohibition of Segregated Facilities (Apr 2015); 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 52.222-42- 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 52.223-18, 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 clauses are herein incorporated as follows: DIAR 1452.280-1 Notice of Indian small business economic enterprise set-aside ;DIAR 1450-16-1Homeland Security Presidential Directive, 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. Department of the Interior Acquisition Regulation (DIAR) is available at www.doi.gov/pam/aindex.html. The following DIAR applies to this solicitation: Electronic Invoicing and Payment Requirements Internet Payment Platform (IPP) Payment 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 and include the documentation required under this contract. 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 Representations and Certifications - Commercial Items and DIAR 1452.280-4, Indian Economic Enterprise Representation. These two documents (completed 52.212-3 and DIAR 1452.280-4) are required to be considered for award. The RFQ is to be submitted to Gertrude Bryant by email at Gertrude.bryant@bia.gov. Any further questions regarding this announcement may be directed to Gertrude Bryant, Contract Specialist, via email. All contractors 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 the SAM, go to: http://www.sam.gov Award will be made to the lowest priced offeror, who's quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. END
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5ba065ba1b7b49f998c583410b529000/view)
 
Record
SN05960476-F 20210403/210401230117 (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.