The RFP Database
New business relationships start here

ANADARKO AGENCY


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

ALL QUESTIONS REGARDING THIS SOLICITAITON SHALL BE SUBMITTED VIA EMAIL TO sara.watkins@bia.gov No phone Calls Please.
This procurement is being set aside for 100% Native American Owned Small Businesses: NOTICE OF INDIAN SMALL BUSINESS ECONOMIC ENTERPRISE SET-ASIDE - Under the Buy Indian Act, 25 U.S.C. 47, offers are solicited only from Indian economic enterprises (Subpart 1480.8) that are also small business concerns.
Offers received from enterprises that are not both Indian economic enterprises and Indian small business concerns will not be considered and will be rejected. As part of your quote, you must complete and return DIAR Clause 1452.280-4 (see attached).

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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 is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-94, Effective January 19, 2017.
The associated North American Industry Classification System code (NAICS) is 561720 and the size standard is $18 million

The Bureau of Indian Affairs (BIA) Southern Plain Regional Office intends to award a firm-fixed price contract for the Bureau of Indian Affairs, Anadarko Agency Janitorial Services.

Contractor shall perform services in accordance of the Performance Statement of Work.
DUE DATE TO SUBMIT YOUR RFQ is Wednesday, March 14, 2017 at 12:00 p.m. (CST) p.m. Please reference solicitation A17PS00307.

INSTRUCTIONS FOR SUBMITTING QUTOES
All questions regarding this solicitation shall be submitted via email to sara.watkins@bia.gov. the last day to submit question is 4:30 pm (CST) Tuesday, March 7, 2017. No questions will be answer after this date. Quote package shall include, price quote, reference, DIAR Clause 1452.280-4, and Insurance Verification. Quote package that does not include all the documents stated above shall be considered incomplete and will not be considered for award. NO EXCEPTIONS. LATE QUOTE PACKAGE WILL NOT BE ACCEPTED. It is the responsibility of the contractor to ensure the quote package is submitted before the closing date of 12:00 pm (CST) Tuesday, March 14, 2017.

Base Year: April 1, 2017 to March 31, 2019 $__________per month x 12 =$_____________
Option Year 1 April 1, 2018 to March 31, 2019 $__________per month x 12 =$_____________
Option Year 2 April 1, 2019 to March 31, 2020 $__________per month x 12 =$_____________

AWARD TYPE
BIA intends to award one (1) Firm Fixed Price Contract with 1 Base year and 2 Option Years.

A.1 Type of Contract
The Department of Interior, Bureau of Indian Affairs (BIA) is awarding a firm fixed price contract for commercial items under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, in conjunction with FAR Part 13, Simplified Acquisition Procedures.
A.2 Contract Term The Contract Term is approximately April 1, 2017 to March 31, 2018 with two option years
B - Supplies or Services/Prices
B.1 Services The Contractor shall provide Janitorial Service for the Anadarko Agency and the Soil Conservation in Anadarko, Ok, 73005. The approximate total square footage total is 15 452 square both buildings.
B.2 Price Contractor shall provide monthly amount for providing the janitorial services. The Payment will be issue either as bi/weekly or monthly payment. Contractor will invoice through IPP.

C-Description/Specifications

ANADARKO AGENCY AND SMC UNIT JANITORIAL/MAINTENANCE SERVICES

The intent of this contract is to provide Janitorial Service for the Anadarko Agency and the Soil Conservation in Hwy 281 N. and Parker Mckenize Rd, Anadarko, Ok, 73005. IT HIGHLY RECOMMENDED TO VISIT THE SITE, TO ENSURE ACCURATE PRICING, NO PRICE ADJUSTMENTS WILL BE MADE AFTER THE SOLICITATION HAS BEEN CLOSED AND THE CONTRACT HAS BEEN AWARDED. PLEASE EMAIL SARA.WATKINS AT sara.watkins@bia.gov TO SCHEDULE A SITE VISIT. LAST DAY TO SCHEDULE A SITE SHALL BE 4:00 PM (CST) TUESDAY, MARCH 7, 2017.

a.     The proposal shall include all services as detailed in the specifications section herein and shall include the cost of all labor, transportation, and incidentals thereto for the execution of services.

b.     Services must be performed in accordance with all Federal, State, Local rules and regulations presently established or which may be established during the terms of this contract award.

c.     A mandatory background investigation for security clearance purposes is required. The cost of the investigation will be paid by the federal government. If the background investigation has a negative clearance level, the selected individual/firm will not be awarded the contract.

d.    The contractor is to provide Janitorial Services during office hours. 8:00 AM TO 5:00 PM (CST) Monday to Friday exclude Federal holidays. The contractor shall complete the daily, weekly, and monthly duties according to the PWS. After the contract is awarded, a daily, weekly, and monthly schedule will be issued to the contractor. Once the contractor has completed the schedule, it shall be submitted to COR, for approval. When the schedule is approved, the contractor may leave for the day.

e.     Cleaning Services will NOT be required on the following days; New YearB?s Day, Martin Luther King Holiday, Presidents Day, Memorial Day, July 4th, Labor Day, Columbus Day, Veterans Day, Thanksgiving or Christmas.

f.     When applicable, Material Safety Data Sheets must be kept with supplies visible in the Janitors Closet.


The contractor shall be responsible for the proper and complete execution of the following scope of work, and the orderly maintenance of the janitor's closet including securing and maintaining cleaning equipment and all necessary supplies. The Anadarko Agency will supply all janitorial supplies, bathroom soaps, paper products and equipment to perform the required services. The contractor will be responsible to furnish a list of janitorial supplies to the purchasing agent to the Agency. The Agency's equipment will not be abused, will not be used for personal use, shall remain on the Anadarko Agency premises, and properly stored in the designated areas.

1.     The inside entrance area and hallway is to be vacuumed once a week. The officeB?s and conference room will be vacuumed once a week. All areas will be steamed cleaned as needed. The breakroom will be swept and mopped once a week.

2.    Collect trash from all waste containers throughout the building and place in the outside dumpster. Change bag and clean waste container daily.

3.    The bathrooms are to be cleaned daily. Clean and disinfectant lavatory fixtures, toilets and floors. Floors are to be cleaned and mopped with disinfectant. Ensure soap dispensers are full, toilet paper rolls have toilet. Empty waste containers, replace plastic trash bags and disinfect receptacle when soiled. Ensure paper towels and Kleenex dispensers are checked and refilled as needed. Ensure toilet/urinal sanitizers are installed and replaced when needed. Clean mirrors when needed.

4.     Replace light bulbs in the light fixtures throughout the building and exit lights as needed.

5.     Clean Glass in front doors and back doors, once a week. Clean inside windows as needed and clean the outside of the windows as needed.

6.     Perform routine maintenance on the building such as checking fire extinguishers, testing smoke detectors, re-painting walls.

7.    The outside will be kept neat and trimmed, by mowing and weed eating as needed.

8.     Notification. If there are any problems that need to be addressed, the contractor shall report to the Contracting Officer Representative (COR).

9.    No changes to the Performance Statement of Work or Contract unless authorized by the Warranted Contracting Officer

10.    Safety Protection
        
The contractor shall take all reasonable steps and precautions to prevent accidents and to preserve the health and safely of all individuals, visitors, and personnel. The contractor shall instruct its employees in appropriate safety measures and shall not permit them to place mops, brooms, machines and other equipment in traffic lanes in such a manner as to create safety hazards. Take all reasonable precautions to prevent the release of hazardous chemicals into the environment. Provide and place the necessary signs around areas which might become slippery during cleaning or become a safety hazard to person using the area.
    
C.3     Government Furnished Property and Services
The Government will provide all equipment and supplies for the Contractor to perform janitorial services.
C.4     Contractor Furnished Property and Service: NA
C.5     Contractor Personnel
Contractor shall be US citizen, provide an valid Oklahoma driver license, and Certificate Degree of Indian Blood with Federal Recognized Tribe.
D Packaging and Marketing: None
F - Deliveries or Performance
Contractor shall perform Janitorial Services in accordance of the Performance of Work. COR will monitor contractorB?s performance. When work has been accepted, payment will be authorized for submission.
G - Contract Administration Data
G.1    Contracting and Administration Authority

The following subsections describe the roles and responsibility of individuals who will be the primary points of contact for the Government on matters regarding contract administration as well as other administrative information. The Government reserves the right to unilaterally change any of these individual assignments at any time.
G.2    1452.201-70 Authorities and Delegations (Sep 2011)
    
(a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work.
The Warranted Contracting Officer shall be:
Sara Watkins, Contract Specialist
Bureau of Indian Affairs-SPRO    
PO BOX 368
Anadarko, Ok 73005
Email: sara.watkins@bia.gov
(b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment.
(c) The COR is not authorized to perform, formally or informally, any of the following actions:

(1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract;
(2) Waive or agree to modification of the delivery schedule;
(3) Make any final decision on any contract matter subject to the Disputes Clause;
(4) Terminate, for any reason, the Contractor's right to proceed;
(5) Obligate in any way, the payment of money by the Government.

(d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause.

(e)The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract.

(f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR.

(g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk. (End of clause)

G.3 DOI Electronic Invoicing and Payment Requirements B? Invoice Processing Platform (IPP) (Sep 2011)

Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing 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. An invoice that has already been reviewed and approved by the COR outside of IPP and prior to creating an invoice in IPP.

The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) 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.

If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Clause)
H - Special Contract Requirements None
H.1 Background Security Clearance
Federal Security Background checks are required for contractor or the contractorB?s personnel. Successful and favorable completion is required. If the lowest bidder is un-successful and un-favorable, the award will be to the next lowest successful responsive bidder. No exceptions.

(END)
PLEASE SEE ATTACHMENT FOR FAR CLAUSES/PROVISION

Watkins, Sara

Sara.Watkins@bia.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP