The RFP Database
New business relationships start here

BLACKSPRINGS SDV SAMPLING & INVESTIGATION, NRO Env


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

BIA, NRO, Blacksprings Sheep Dip Vat Sampling and Investigation
This RFQ is a Buy Indian Set Aside. The Bureau of Indian Affairs (BIA) is soliciting offers to procure Sheep Dip Vat Site sampling and investigation for the Blacksprings former Sheep Dip Vat, Chuska Mountains, Naschitti, NM. 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. 140A0919Q0077 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 2019-05. The solicitation is set aside 100% for Indian Economic Small Business Enterprises (ISBEE). The NAICS Code is 541330. Size Standard is $14 million. The Bureau of Indian Affairs, Navajo Regional Office, solicits work consisting of furnishing all labor, materials, equipment, laboratory, and transportation to provide the sheep dip vat sampling and investigation in accordance with the Statement of Work which is included as Attachment No. One (1).

Award will be made on a Best Value Basis, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable.

52.212-2 Evaluation-Commercial Items.
EVALUATION-COMMERCIAL ITEMS (OCT 2014)
(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:
1.    Technical Approach
-List of subcontractors, including qualifications and experience
-Equipment and materials to be used on the project
2.    Management Capability
-Summary of qualifications and related experience.
-Project Manager Resume
-Field Team Leader Resume
-Demonstrated project experience on Navajo Trust Lands
3. Past Performance
-References from clients documenting experience

Submit detailed information for each evaluation factor.
Technical and past performance, when combined, are significantly more important 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 offerB?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.
(End of Provision)

CONTRACT CLAUSES: The following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; 52.212-2, Evaluation-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 (a) of FAR 52.212-5 the following applies: 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 (June 2003) (41 U.S.C. 10a-10d); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332); and FAR 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.229-3, Federal, State, and Local Taxes (April 2003); 52.222-41 Service Contract Labor Standards; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (Dec 2013). FAR and DIAR clauses are herein incorporated as follows: FAR 52.232-18, Availability of Funds (April 1984); FAR 1452.204-70, Release of Claims - Department of the Interior. The Federal Acquisition Regulations clauses and provisions are available on the Internet at: http://www.acquisition.gov or may be requested from the Contracting Officer.


1452.280-1 Notice of Indian small business economic enterprise set-aside.
1452.280-2 Notice of Indian economic enterprise set-aside.
1452.280-3 Subcontracting limitations.
1452.280-4 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]
Due to the urgency of the requirement, the response time for quotes due is short. The last day for questions will be August 27, 2019, 2:00 p.m. MDT. Contractors qualified to deliver these services are encouraged to submit a signed and dated quote, responses to evaluation factors, along with DUNS Number, proof of contractor's registration in www.sam.gov, Buy Indian Representation form, via email to: lynelle.benallie@bia.gov by 3:00 p.m. local time, September 4, 2019. Any further questions regarding this announcement may be directed to Lynelle Benallie, Contract Specialist, at (505) 863-8404, by fax at (505) 863-8382 or by email at lynelle.benallie@bia.gov.

Benallie, Lynelle

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP