The RFP Database
New business relationships start here

N - INSTALLATION OF PLAYGROUND SET AND BENCHES


New Mexico, United States
Government : Homeland Security
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

THIS IS A BUY INDIAN SET ASIDE:

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, A17PS00688, 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 100% for Native Owned 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:
Installation 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.

SITE VISIT WILL BE SCHEDULED FOR THURSDAY, JUNE 01, 2017 AT 10:30 A.M AT NENAHNEZAD COMMUNITY SCHOOL IN FRUITLAND, NEW MEXICO.


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 B?40x18 playgroundB? identified).

6 ft Station Buddy Bench 4 each x $________ each = $ ____________
(Identified on sketchB?%%B? 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 sketchas B?##B? to place benches. One will be installed in the middle of the court B? approximately 4 feet from the court. One will be installed at the end of the court B? approximately 12 feet from the court identified).

Nova arc stool 4 each x $ ____________ each = $ _____________
(Identified on sketch as B?**B? 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.

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.

Wage Determination No.: 15-2361 for San Juan County, New Mexico is applicable to this solicitation and resulting award. To be awarded this contract, the offeror must be registered in the SAM. SAM information may be found at http://www.sam.gov.


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 52.223-18,FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-1, Buy American - Supplies; FAR 52.222-3, Convict Labor; FAR 52.232-18, Availability of Funds; FAR 52.216-02, Economic Price Adjustment - Standard Supplies; ; FAR 52.222-41, Service Contract Labor Standards; FAR 52.223-13, Acquisition of EPAEAT - Registered Imaging Equipment; and DIAR clauses are herein incorporated as follows:. 1452.226-70; 1452.226-71; 1452.280-4; and 1452.204-70, 52.232-40. 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 CertificationsB?Commercial Items and DIAR 1452.280-4, Indian Economic Enterprise Representation. 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, June 09, 2017, 12:00 PM (Local Time, Gallup, N.M.) Physical address: 301 W. Hill Ave., Room. 346, Gallup, NM 87301. Quotes 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.


1452.280B?4 Indian economic enterprise representation.

As prescribed in 1480.801(a), insert the following provision in each written solicitation for supplies, services, or covered construction:
INDIAN ECONOMIC ENTERPRISE REPRESENTATION (JUL 2013)

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.
[End of provision]

Johnson, Mary Jane

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP