The RFP Database
New business relationships start here

DORM ROOM WINDOW BLINDS for SIPI


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

THIS IS A INDIAN SMALL BUSINESS ECONOMIV ENTERPIRESES SET ASIDE

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. 140A1619Q0266 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 2019-03.

This acquisition is a ISBEE Set aside. NAICS Code: 238390.

DORMITORY BLIND INSTALLATION SERVICES FOR SOUTHWESTERN INDIAN POLYTECHNIC INSTITUTE in Albuquerque, NM

SOW
Southwestern Indian Polytechnic Institute, 9169 Coors Road, Albuquerque, NM 87120
Contractor shall provide all labor, materials, installation and supervision to replace Residential Hall blinds for the residentsB? safety and privacy while living in the dormitories.
OfferorB?s Price Schedule:
Material List: Hunter Douglas Vertical Blinds is the suggested blinds for this project. Classic Smooth Vinyl Blinds; Product Color: Smoke; Size 48 X 108B?; quantity 130 sets. (Please provide breakdown) = $ ________________
Installation = $ ____________
Mobilization = $ _______________
All Applicable Taxes = $___________________
TOTAL = $____________________

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 COTR 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.

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 - Past Performance

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 - Technical Capability
Factor II - Past Performance

Factor I - Technical Capability quote for Blind Installation Services, in accordance with the Statement of Work.

The Technical Capability shall be in as much detail as the offeror considers necessary to fully explain the quoted technical approach. The technical quote should reflect a clear understanding of the nature of the work to be performed. The quote shall assess the offeror's understanding of the Bureau of Indian Affair's goals for the project and an understanding of the Statement of Work (SOW). The quote 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.

Factor II - Past Performance for Blind Installation 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". Complete and submit Appendix II.

APPENDIX II: Past Performance Questionnaire
1. Contract number
2. Contractor's name and address
3. Type of contract
4. Complexity of work
5. Description and location of work (e.g., types of tasks, products, services) related to Contract Inspector Services.
6. Contract dollar value
7. Date of award
8. Contract completion date (including extensions)
9. Type and Extent of Subcontracting
10. If a problem surfaced what was done fix it?
11. A description of the types of personnel (skill and expertise) used and the overall quality of the contractor's team?
12. How was the technical performance or quality of the product or service; schedule; cost control (if applicable); business relations; and management?
13. Were there any particularly significant risks involved in performance services?
14. What was the relationship between the prime and subcontractors? How well did the prime manage the subcontractors? Did the subcontractors perform the bulk of the effort or just add depth on particular technical areas? Why were the subcontractors chosen to work on specific technical areas, what were those areas and why were they accomplished by the subcontractors rather than the prime?
15. Past efforts with the any other agency?
16. The company's strong points?

Award will be made to the Best technically acceptable offeror, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable.

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 Education (BIE) will conduct a favorable background investigation determination conducted by the SIPI, Human Resources.

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. 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.

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 52.223-15, 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 52.222-41, Service Contract Labor Standards; and FAR 52.222-55, Minimum Wages Under Executive Order 13658; 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 52.232-18, 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.

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 RFP is due at the Department of the Interior, Bureau of Indian Affairs, Central Region Office, Division of Acquisition, Attention: Mary Jane Johnson, 1001 Indian School Road, NW, Suite 349, Albuquerque, New Mexico 87104, by, Tuesday, July 30, 2019, 12:00 PM (Local Time, Albuquerque, N.M.) copies of the proposals will be accepted by email. Any further questions regarding this announcement may be directed to Mary Jane Johnson, Contract Specialist, by email to Maryjane.johnson@bia.gov.

All contractors submitting proposals 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.
Your package should include the following:

SECTION A:
1. Cover sheet
2. Offeror's Price Schedule
3. FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items
4. DIAR 1452.280-4, Indian Economic Enterprise Representation.

SECTION B:
1. Factor I: Technical Capabilities
2. Factor II: Past Performance

Johnson, Mary Jane

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP