Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2021 SAM #7027
SOLICITATION NOTICE

62 -- 62--REPLACE LIGHTS IN GYM, CAFE, HS

Notice Date
2/22/2021 11:46:42 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
CENTRAL OFFICE RESTON VA 20191 USA
 
ZIP Code
20191
 
Solicitation Number
140A2321Q0108
 
Response Due
2/23/2021 4:00:00 PM
 
Archive Date
03/10/2021
 
Point of Contact
Johnson, Mary Jane, Phone: 5055633305
 
E-Mail Address
maryjane.johnson@bia.gov
(maryjane.johnson@bia.gov)
 
Small Business Set-Aside
ISBEE Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior)
 
Awardee
null
 
Description
AMENDMENT NO. 01 IS TO CHANGE THE SET ASIDE TO ALL SMALL BUSINESSES. The Bureau of Indian Affairs (BIA) is soliciting offers to procure Services to change out light bulbs for Riverside Indian School, in Anadarko, OK. 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. 140A2321Q0108 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 2020 08. The solicitation is set aside for Indian Small Business Economic Enterprises (ISBEE) STATEMENT OF WORK RIVERSIDE INDIAN SCHOOL LIGHT REPLACEMENT GYMNASIUM, CAFETERIA AND HIGH SCHOOL Scope of work: Contractor shall provide all labor, materials, supervision and incidentals necessary to provide light replacement services for Riverside Indian School, 101 Riverside Drive, 1� miles north of City, Anadarko, OK 73005. Purpose: The contractor shall replace lighting in gymnasium main playing area, Cafeteria main loby area and High School Emergency lights though out school. Building numbers: Build 311, Navajo Trail Building 323, Navajo Trail Building 339, Riverside Drive Description of Services: Contractor shall remove and replace lights in the Gymnasium, Cafeteria, and High School. Contract shall provide all lights listed below. Gymnasium lights 30ft high: 21 each CHB E 150K WD U D HM B 10 each CHB E 100W 50K WD U D HM B Cafeteria lights 15ft high: 34 each SPECTRUM DDS12GV 35L 35K DX10X CD DF12 PT 3 each SPECTRUM DD12GV 35L 35K DS10X CD EMCR DF12 PT High School lights 8ft high: 32 each 6inch DL EM GE/HEND LRXR618840MDEL 32 each 6inch DL EM GE/HEND LRXEMBBKIT 8 each 6inch item no.: DL GE/HEND LRXR618840MD Supplies and equipment: The contractor will be responsible for furnishing their own supplies and equipment that will be used to install all lights. Conditions: All work shall be coordinated with the Program Manager or authorized representative. Period of performance: The delivery date for authorized work under this purchase order will be 30 days. Payments: After completion and approval of work by the Program Manager, the vendor will submit their invoice in the Federal Government�s Invoice Processing Platform system, US Department of Treasure, http://www.ipp.gov. Submit your quote as follows: DELIVERY WITHIN 30 DAYS OR SOONER. LIST OF SUPPLIES 1. Gymnasium lights 30ft high: 1a. CHB E 150K WD U D HM B x 21 each = $_______ 1b. CHB E 100W 50K WD U D HM B x 10 each = $_______ 2. Cafeteria lights 15ft high: 2a. SPECTRUM DDS12GV 35L 35K DX10X CD DF12 PT x 34 each = $_______ 2b. SPECTRUM DD12GV 35L 35K DS10X CD EMCR DF12 PT x 3 each = $_______ 3. High School lights 8ft high: 3a. 6 inch DL EM GE/HEND LRXR618840MDEL x 32 each = $_______ 3b. 6 inch DL EM GE/HEND LRXEMBBKIT x 32 each = $_______ 3c. 6 inch item no.: DL GE/HEND LRXR618840MD x 8 each = $_______ 4. Installation Services $ _______ 5. Freight & Delivery: $________ 6. Applicable taxes. $ _____________ Note: The Parts Numbers shown on the RFQ have been taken from Truly Green Solutions; Spectrum Lighting, Inc; and GE Current are for identification purposes only. The items the vendor has to offer are to be the same as or equal to the part number references BACKGROUND INVESTIGATION (Revised 04/01/2020) In accordance with 25 U.S.C. � 3201 et seq. (Pub. L. 101-630), the Indian Child Protection and Family Violence Prevention Act; 34 U.C.C. � 20351, et seq. (Pub. L. 101-647), the Crime Control Act of 1990, as amended; and 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 background screening by the Bureau of Indian Education (BIE), Personnel Security and Suitability Program and a favorable background investigation by the Defense Counterintelligence Service Agency (DCSA). The documentation required to initiate a background investigation shall be completed for any Contractor employee that will be onsite during the contract�s performance or have access to Personally Identifiable Information (PII). The complete submittal of the background investigation paperwork to the BIA/BIE will be accomplished within 14 days after contract award for service contracts or, for construction contracts, before a Notice to Proceed (NTP) is issued by the Contracting Officer. Pending the successful completion of a background investigation by the BIA/BIE and/or DCSA, the Contractor who has been granted a favorable screening (applicant and suitability) determination must, at all times, remain within sight and under the supervision of a Government employee (or other person designated by the Contracting Officer Representative (COR), who has successfully completed the background investigation. If an unfavorable screening (applicant and suitability) determination is made, an employee shall not be allowed onsite. If the Contractor�s employees are found onsite, without the proper authorization, the employee will face legal liability and the Contractor may have their contract terminated for default. Additionally, 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) determination is made and may be deemed ineligible for contract award. If an unfavorable final background investigation determination is made, the contract may be terminated and the employee in question shall not be authorized to provide service to the BIA/BIE if the services involve contact with or regular control over Indian children. It is solely the COR�s responsibility to initiate background checks for all Contractors and their employees in the BIE BEARCUBS system, which includes but is not limited to appropriate investigative forms and/or inquiries about their previous investigation; and, obtain a screening (applicant and suitability) determination, and subsequent final background investigation. The Contracting Officer will consult with the COR when questions arise as to whether or not the scope of work of a contract requires background investigations for contractor personnel. If the Contracting Officer or COR believes the scope of work performed by contract personnel should not require a background investigation, the Personnel Security Officer will be contacted for concurrence and has the final authority to determine if background investigation(s) are required. Award shall be made to the offeror whose offer responds to all line items included in the solicitation. Failure to provide for any item shall render the offer nonresponsive and will be rejected. Incomplete offers will not be considered. Award will be made on an ALL or NONE BASIS. 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 (a) of FAR 52.212-5 the following applies: FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim. 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; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and FAR 52.232-36, Payment by Third Party. FAR clauses are herein incorporated as follows: FAR 52.232-18, Availability of Funds; FAR 1452.204-70, Release of Claims � Department of the Interior; and FAR 52.211-6, Brand Name or Equal. 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 clauses apply to this solicitation: 1452.226-70 Indian Preference; 1452.226-71 Indian Preference Program; 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; and 1480.102 Buy Indian Act acquisition regulations. Signed and dated quotes, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications�Commercial Items and DIAR 1452.280-4, are due at the Bureau of Indian Affairs, Division of Acquisition, Attention: Mary Jane Johnson by February 4, 2021 @ 12:00 PM Mountain Time. Quotes shall be submitted by email to Mary Jane Johnson. Any further questions regarding this announcement may be directed to Mary Jane Johnson, Contracting Officer, by email at maryjane.johnson@bia.gov. All contractors submitting offers must be registered in SAM Registration to received awards from the Federal Government pursuant to FAR 52.204-7. To register or learn more about SAM, go to: http://www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/89deb4382b57479b8e8ecce0d3b8f12c/view)
 
Record
SN05923203-F 20210224/210222230110 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.