The RFP Database
New business relationships start here

BIE/NMNC/FM/ANNUAL BOILER INSPECTION


Virginia, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

THIS IS SET ASIDE FOR WOMAN OWNED SMALL BUSINESSES (WOSB).

The Bureau of Indian Affairs (BIA) is soliciting offers to procure for Boiler Inspection and Pressure Vessel Inspection Services. 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation No. 140A1620R0001, herein cited is issued as a Request for Quote (RFQ) and 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 2005-95

This acquisition is a Woman Owned Small Business Set-Aside . The North American Industry classification (NAICS) code is 926150 and the business size $15.0.

SCOPE OF WORK:
See attached SOW

The government intends to award a requirements contract for this requirement. The solicitation is for a base year with four option years. Contractor shall provide a summary sheet detailing how the unit price was arrived at. Estimated Quantities - The quantities shown in the schedule have been estimated to establish a basis of evaluating proposals for the purpose of award and are not intended to reflect exact quantities.

Exact quantities cannot be ascertained in advance, the quantities in the schedule may be increased or decreased according to actual need. The Government is obligated to pay for only actual quantities performed.

PERIOD OF PERFORMANCE:
BASE YEAR: From November 01, 2020 to October 31, 2020
OPTION YEAR 1: from November 1, 2020 to October 31, 2021
OPTION YEAR 2: from November 1, 2021 to October 31, 2022
OPTION YEAR 3: from November 1, 2022 to October 31, 2023
OPTION YEAR 4: from November 1, 2023 to October 31, 2024

BASE YEAR: Boiler Inspector and Pressure Vessel Inspection Service (for all locations) $___________
Travel Expense $ ___________ Mileage x $_____ per miles = $ ____________
Applicable Taxes $ _________
Total Price $____________.

OPTION YEAR 1: Boiler Inspector and Pressure Vessel Inspection Service (for all locations) $___________
Travel Expense $ ___________ Mileage x $_____ per miles = $ ____________
Applicable Taxes $ _________
Total Price $____________.

OPTION YEAR 2: Boiler Inspector and Pressure Vessel Inspection Service (for all locations) $___________
Travel Expense $ ___________ Mileage x $_____ per miles = $ ____________
Applicable Taxes $ _________
Total Price $____________.

OPTION YEAR 3: Boiler Inspector and Pressure Vessel Inspection Service (for all locations) $___________
Travel Expense $ ___________ Mileage x $______ per miles = $ ____________
Applicable Taxes $ _________
Total Price $____________.

OPTION YEAR 4: Boiler Inspector and Pressure Vessel Inspection Service (for all locations) $___________
Travel Expense $ ___________ Mileage x $______ per miles = $ ____________
Applicable Taxes $ _________
Total Price $____________.


Please Note: *All travel miles calculations must be coincide with Rand Mcnally mileage calculations at www.randmcnally.com and will be subject to change every year.

FEDERAL TRAVEL REGULATIONS: 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.

The consultant will be reimbursed for travel to provide support at a Government site or other site as may be specified and approved by the COR under this effort. All travel shall be approved, by the COR, prior to commencement of travel. Consultant shall provide supporting documentation and a detailed breakdown of incurred travel costs with each invoice.

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.

SECTION D Performance evaluation will be performed at the end of each school year. The evaluation will be completed at the school by the government representative. This form is the only performance evaluation that will be accepted by the Contracting Officer. The evaluator's signature shall be legible and printed on the form. If the government representative will complete a performance evaluation prior to last day of work, for work the performed under this contract. The government representative will review the performance evaluation with the Contractor, record Contractor comments, and obtain Contractor signature acknowledge in completion of the evaluation. The government evaluator will then give a copy of the evaluation form(s) to the Contractor at the school and submit a copy to the Contracting Officer.

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 - Past Performance Technical Capability
Factor II - Technical Capability
Factor III - Familiarity of the Area

In accordance with FAR 15.101-1, Best Value, Tradeoff Process. All non-price factors weight more than cost or price.

(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. Each Non-Price Factor will be rated with adjectives (see M.5 for rating scale).

M.4 Evaluation Factors
Factor I - Past Performance Technical Capability
Factor II - Technical Capability
Factor III - Familiarity of the Area

FACTOR I - Past Performance for Boiler Inspector and Pressure Vessel Inspection Service, 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 during the last 5 years, determination of successful completion of boiler inspection services without unresolved complaints. A determination of successful completion of boiler inspections. Submit projects (Boiler Inspections) completed and Point of Contact.

FACTOR II - Technical Capability quote for Boiler Inspector and Pressure Vessel Inspection Service, 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 (Prime) will provide current documentation of the Prime company's AlA Inservice NB-369 National Board Accreditation of Authorized Inspection Agency Performing Inservice Inspections for National Board Inspection Code Compliance. The Offeror (Prime) shall provide the National Board Commissioned Inspector certificate for each inspector who will be assigned to the project to perform the inspections. Note: This requirement shall not be sub out, the work has to be done by the awarded Prime Company. The Commissioned Inspectors shall be employees of the Prime Company.

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) 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. e) Must provide copies of all certifications.

FACTOR III - Familiarity with the area where the work will be performed.

Knowledge of the Navajo Reservation (location of Bureau of Indian Education schools within the Navajo Region are located in rural and remote areas) 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 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 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: for the following states: Arizona, New Mexico and Utah.

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, Central Regional Office, Division of Acquisition, Attention: Mary Jane Johnson, at Maryjane.johnson@bia.gov, by, October 28, 2019, 12:00 PM (Local Time, Gallup, N.M.). Any further questions regarding this announcement may be directed to Mary Jane Johnson, Contract Specialist, at Maryjane.johnson@bia.gov.

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.

Johnson, Mary Jane

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP