Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 10, 2015 FBO #4795
SOLICITATION NOTICE

R -- SUSTAINABILITY SERVICES FOR HINU - Attachment

Notice Date
1/8/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
BIA SPRO 00003 100 NORTH RIVERSIDE DRIVE Contracting Office Anadarko OK 73005-0368 US
 
ZIP Code
00000
 
Solicitation Number
A15PS00118
 
Response Due
1/23/2015
 
Archive Date
2/7/2015
 
Point of Contact
Wahkinney, Margie
 
Small Business Set-Aside
Total Small Business
 
Description
A15PS00118 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. The Bureau of Indian Affairs (BIA), Southern Plains Regional Office intends to award a firm-fixed price contract in response to this Request for Proposals (RFP) for the Sustainability Services for the Bureau of Indian Education, Haskell Indian Nations University in Lawrence, KS. The solicitation number for this procurement is A15PS00118 and is issued as a Request for Proposals (RFP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-74 dated November 1, 2014. This solicitation is a Small Business set-aside. The associated North American Industry Classification System code is 541990 and the small business size standard is $15.0 Mil. PRICE SCHEDULE: the proposed pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state, and local taxes) plus all other costs pertinent to the performance of this contract. Please complete the following pricing schedule utilizing your most competitive and reasonable rate: 1.Services (Base Year 02/02/15 - 08/31/2015) 7 months of Sustainability services x $_________________ per month = $___________________ Option Year One (09/01/2015 - 08/31/2016) 12 months of Sustainability services x $_________________ per month = $___________________ Option Year Two (09/01/2016 - 08/31/2017) 12 months of Sustainability services x $_________________ per month = $___________________ Option Year Three (09/01/2017 - 08/31/2018) 12 months of Sustainability services x $_________________ per month = $___________________ Option Year Four (09/01/2018 - 08/31/2019) 12 months of Sustainability services x $_________________ per month = $___________________ PURPOSE: Haskell Indian Nations University, Department of Natural and Social Sciences, is seeking a contractor to perform Sustainability Services beginning on February 2, 2015 through August 31, 2015 with the possibility of four option years. The USDA Tribal Colleges Equity Grant Program (TCEG) provides funding for the 1994 Tribal Land-Grant institutions to enhance educational opportunities for American Indians. The grant's focus involves supporting programs in the food and agricultural sciences at these institutions that address the following areas: 1)Curricula Design and Materials Development 2)Faculty Development and Teacher Preparation 3)Student Experiential Learning 4)Equipment and Instrumentation for Teaching 5)Student Recruitment and Retention 6)Instruction Delivery Systems and Strategic Partnerships The National Institute of Food and Agriculture (NIFA), as part of USDA's Research, Education and Economics (REE) Mission area, seeks to fund projects that will support the REE action plan. The goals of the REE Action Plan are as follows: 7)Goal 1. Local and Global Food Supply and Security 8)Goal 2. Responding to Climate and Energy Needs 9)Goal 3. Sustainable Use of Natural Resources 10)Goal 4. Nutrition and Childhood Obesity 11)Goal 5. Food Safety 12)Goal 6. Education and Science Literacy 13)Goal 7. Rural Prosperity/Rural-Urban Interdependence Within these goals are many sub-priorities. Goal 6, promoting science literacy, will be addressed in all cases for this grant. Objectives *Develop, document, and implement a strategy and work plan for completing the online Sustainability Tracking, Assessment and Rating System (STARS) of the Association for the Advancement of Sustainability in Higher Education (AASHE). STARS is the system used by at least 300 universities nationwide to assess and track campus sustainability through comprehensive data collection. *Through improved communications, such as workshops on edible landscape vegetation and appropriate signage, enhance existing campus-wide efforts in recycling, waste reduction and on-campus food production (vegetables, fruit and nuts). Focus resources on sustainable campus landscapes including athletic fields. *Develop common sense energy and water saving initiatives by bringing alternative energy projects onto campus, facilitating energy audits for existing buildings, contributing to energy and water savings and sustainability considerations for building renovations, incorporating sustainability into campus strategic planning, and working with various departments to provide continuing education on sustainability. *Work with the on-campus Facilities Director/designee to facilitate Architecture and Engineering (A&E) considerations campus-wide, including design and remodeling with recommendations in the best interest of Haskell. *Correspond with USDA-NIFA officials, for successful completion of this project. *Write required progress reports to meet Haskell administration and grantor needs. Qualifications *A minimum of Bachelor's degree in engineering from an ABET-accredited (Accredited Board for Engineering and Technology) college or university with a professional engineering curricula. *Experience in the fields of applied biology, ecology, or environmental science. *Experience working with Tribes or other affiliated Native American businesses or organizations. *Experience with Haskell Indian Nations University systems. *Contractor is a United States Citizen and is registered in www.SAM.gov by their DUNS number. *Contractor must pass a federal background check and security clearance. PERIOD OF PERFORMANCE: If the Contractor's Background Investigation is favorable, work shall begin on February 2, 2015 through August 31, 2015 with four (4) option years, Subject to FAR Clause 52.232-19, Availability of Funds for the Next Fiscal Year. PERFORMANCE EVALUATION: The Haskell University Project Director (PD) for this project will evaluate work performance of Sustainability Services. PHYSICAL LOCATION: Work will be performed on the Haskell campus, with occasional field visits to Kansas State University (Manhattan, KS), Prairie Band Potawatomi Nation and Kickapoo Tribe, all in the state of Kansas. SCHEDULE: Variable work times dependent on activities needed. SECURITY: Contractor is expected to successfully pass the Federal background clearance for a position designated of "non-sensitive low risk." Contractor will have contact with children, as well as to Federal IT systems and facilities. SPECIAL MATERIAL REQUIREMENTS: Contractor is expected to obtain Federal Identification in accordance with university standards at a time determined by Human Resources. FAR Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. FAR Provision 52.212-2, Evaluation - Commercial -- 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: Technical Capability, Past Performance and Price. Technical and Past Performance, when combined, are more important than price. Offerors must include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The clauses cited within the clause as indicated below are applicable: FAR clauses 52.217-8, 52.217-9, 52.219-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-15, 52.223-18, 52.225-1, 52.225-3, 52.225-13, 52.232-16, 52.232-33, 52.233-4, 52.243-1 and 52.244-6. 1452.226-70 Indian Preference - Department of the Interior (APR 1984) 1452.226-71 Indian Preference Program - Department of the Interior (APR 1984) Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) 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: If travel is required within the billing cycle, the Contractor shall submit receipts for travel. Also, the Contractor must email the COTR and Contracting Officer a copy of the IPP invoice. 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 SAM 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. PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. Award can only be made to contractors actively registered in SAM. Proposals are due 23 January 2015 at 12:00pm (CST). Proposals may be accepted by email at Margie.wahkinney@bia.gov or by fax to (405) 247-2242. For information concerning this solicitation, please contact Margie M. Wahkinney at 405-247-1575 or use the above email address. Offerors should check the FedBizOpps/FedConnect websites often for new solicitation amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A15PS00118/listing.html)
 
Place of Performance
Address: 155 Indian Avenue Lawrence KS 66046 USA
Zip Code: 66046
 
Record
SN03611342-W 20150110/150108234540-e95c7664d2a3ced66268d9243b8a4fc3 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.