SOLICITATION NOTICE
F -- IDIQ YOUTH CONSERVATION INTIATIVE
- Notice Date
- 8/9/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- BIA NAVAJO 00009 301 WEST HILL ROOM 346 Contracting Office Gallup NM 87301 US
- ZIP Code
- 00000
- Solicitation Number
- A16PS01119
- Response Due
- 8/11/2016
- Archive Date
- 8/26/2016
- Point of Contact
- Benallie, Lynelle
- Small Business Set-Aside
- Indian Small Business Economic Enterprises
- Description
- IDIQ YOUTH CONSERVATIO INTIATIVE. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. A16PS01119 herein cited 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 2005-89. The IDIQ will be a Base Year with Four (4) Option Years contract not to exceed $10,000,000 per year. This IDIQ will be for a vendor to provide outdoor job skills training to young Navajo adults (18-30 years old). On the job experience will involve fence maintenance, cut-stump, trail construction, trail maintenance, re-vegetation, wilderness survival, first aid, tree planting, invasive species eradication, hand pulling noxious weeds, backpack spraying noxious weeds, spraying noxious/invasive plant species, stone masonry grip hoist training, and other training that will be provided through a Certification Training Program upon completion of the program to be furnished by the vendor. The Government will be issuing a single or multiple award IDIQ contract. This solicitation includes the option to extend the contract for four (4) additional one-year periods. The project area shall occur on federal trust lands administered by Navajo Region. All responsible sources may submit an offer which will be considered. Attached is the Statement of Work. Period of Performance (POP): Base Year: From date of award through September 30, 2017. Option Year 1: October 1, 2017 through September 30, 2018. Option Year 2: October 1, 2018 through September 30, 2019. Option Year 3: October 1, 2019 through September 30, 2020. Option Year 4: October 1, 2020 through September 30, 2021. EVALUATION FOR AWARD The Government will award a contract resulting from this solicitation on an all-or-none basis in accordance with SOLICITATION PROVISIONS, 52.212-1, Instructions to Offerors-Commercial Items, and 52.212-2 Evaluation-Commercial Items. Award will be made on an all-or-none basis to the responsible firm whose conforming offer is most advantageous to the Government, price and other factors considered. Other factors for this solicitation include technical capability and past performance of the offeror. Past performance information may be based on the Government's knowledge of, and previous experience with, the offeror, or other reasonable basis. Offerors shall provide a statement of technical capabilities and past performance with a list of references. Technical capability and past performance, when combined, are weighted significantly higher than price. For evaluation purposes only, price comparison will be based on the sum of the total price for the Base Year (Items 1-11), and for the four additional one-year option periods. Evaluation factors, as a whole, will be more important than price alone however, between offers evaluated as being equivalent, the price to the Government will be the deciding selection factor. TASK ORDERS After award, task orders may be placed by the Government. Task orders will be awarded per the SOW. MINIMUM GUARANTEES: Minimum amount to be ordered against the contract: $25,000.00. Minimum amount to be ordered by task order: $500.00. MAXIMUM TASK ORDER LIMITATION: The maximum amount to be ordered by task order shall be $2,000,000. The Contractor may limit the maximum dollar value of task orders it is willing to accept within a 30-calendar-day period. The total value of the contract will not exceed $10,000,000. FAR 52.212-02: Evaluation -Commercial Items: (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: In the order of importance are the listed evaluation factors: Factor I - Technical Capability Factor II - Deliverable Capabilities Factor III - Management Capabilities Factor IV - Past Performance (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 offer'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. M.1 52.217-05, Evaluation of Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. M.2 Evaluation Factors for Award: Award will be made on the basis of the best value trade off evaluation meeting the technically acceptable standards of all the non-price factors. The evaluation factors other than cost or price when combined, are significantly more important than cost or price. The Government intends to select the Best Value offer on the basis of initial offers received, without discussions. Offerors may be given the opportunity to clarify certain aspects of quotes (e.g., the relevance of an offeror's information to resolve minor or clerical errors.) M.3 Evaluation The Government will be utilizing a best value trade off procedures as required under FAR 15.101-1. The Government will evaluate all offers to determine technical acceptability quote with the evaluated price. M.4 Evaluation Factors Factor I - Technical Capability Factor II - Past Performance Factor I - Technical Capability a) Knowledge and understanding of the requirements outlined in the SOW. b) Understanding of general and local condition which can affect the SOW. c) Logical sequence of steps and or specific techniques to accomplish all required work specified in the SOW. d) Capability to produce deliverables in response to the SOW. Factor II - Past Performance Please provide a list of contracts to include the contract number, POP, point of contact information and the description of the requirement. "Successful past performance on similar projects, to include but not limited to timeliness of performance and customer satisfaction". Travel cost incurred for transportation, lodging, meals, and incidental expenses (as defined in the regulation cited in FAR 31.205-46) shall be considered to be reasonable and allowable only to the extent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulation. Award will be made based on the all non-price factors weight more than cost or price, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. CONTRACT CLAUSES: The following FAR Clause including all that applies to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-02, Evaluation Commercial Items; 52.212-4 - Contract Terms and Conditions-Commercial; 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; following are incorporated in this contract by reference: 52.233-03, Protest After Award; 52.233-04, Applicable Law for Breach of Contract Claim; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities;52.203-13, Contractor Code of Business Ethics and Conduct; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-37, Employment Reports on Veterans; 52.225-3, Buy American - Free Trade Agreement; 52.225-1, Buy American Act; 52.225-13, Restrictions on Certain Foreign Purchase; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013); 52.232-36, Payment by Third Party (May 2014); 52.239-1, Privacy of Security Safeguards; and 52.247-64, Preference for Privately Owned U.S. - Flag Commercial Vessel. The following will be in full text: 52.216-02 Economic Price Adjustment-Standard Supplies; 52.216-20, Definite Quantity; 52.216-22, Indefinite Quantity; 52.217-06, Option for Increased Quantity; 52.217-07, Option for Increased Quantity - Separately Priced Line Item; 52.217-08, Option to Extend Services; 52.217-09, Option to Extend the Term of The Contract; 52.222-43, Fair Labor Standards Act and Service Contract Act; 52.232-18, Availability of Funds; 52.232-19, Availability of Funds for Next Fiscal Year; 52.204-03, Taxpayer Identification; 52.204-06, Data Universal Numbering System (DUNS) Number; 52.216-27, Single or Multiple Awards; 52.216-28, Multiple Awards for Advisory and Assistance Services; 52.217-05, Evaluation of Options. The following Department of Interior provisions and clauses apply to this solicitation: 1452-204-70, Release of Claims - Department of the Interior; 1452.226-70, Indian Preference; 1452.226-71, Indian Preference Program. The Federal Acquisition Regulations clauses and provisions are available on the website 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. As prescribed in 1480.503(d)(3), and in lieu of the requirements of FAR 19.508, insert the following provision in each written solicitation of offers to provide supplies or services when purchasing commercial items under FAR Part 12 or using simplified acquisition procedures under FAR Part 13. If the solicitation is oral, information substantially identical to that contained in the provision must be given to potential offerors. Notice of Indian Small Business Economic Enterprise Set-aside (JUL 2013) 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. Any acquisition resulting from this solicitation will be from such a concern. Offers received from enterprises that are not both Indian economic enterprises and small business concerns will not be considered and will be rejected. (End of provision) 1452.280-2 Notice of Indian economic enterprise set-aside. As prescribed in 1480.503(d)(4) and 1480.504-1(f)(5), insert the following clause in solicitations and contracts involving Indian economic enterprise set-asides. If the solicitation is oral, information substantially identical to that contained in the provision must be given to potential offerors. Notice of Indian Economic Enterprise Set-aside (JUL 2013) (a) Definitions as used in this clause. Indian means a person who is a member of an Indian Tribe or ¿Native ¿ as defined in the Alaska Native Claims Settlement Act (PL 92-203; 85 Stat. 688; 43 U.S.C. 1601). Indian Economic Enterprise means any business activity owned by one or more Indians or Indian Tribes that is established for the purpose of profit, provided that: (i) The combined Indian or Indian Tribe ownership shall constitute not less than 51 percent of the enterprise; (ii) the Indians or Indian Tribes shall, together, receive at least a majority of the earnings from the contract; and (iii) the management and daily business operations of an Indian economic enterprise must be controlled by one or more individuals who are members of an Indian Tribe. To ensure actual control over the enterprise, the individuals must possess requisite management or technical capabilities directly related to the primary industry in which the enterprise conducts business. The enterprise must meet these requirements throughout the following time periods: (1) At the time an offer is made in response to a written solicitation; (2) At the time of contract award; and, (3) During the full term of the contract. Indian Tribe means an Indian Tribe, band, nation, or other recognized group or community which is recognized as eligible for the special programs and services provided by the United States to Indians because of their status as Indians, including any Alaska Native village, regional or village corporation established under the Alaska Native Claims Settlement Act (PL 92-203, 85 Stat. 688; 43 U.S.C. 1601). Representation means the positive statement by an enterprise of its eligibility for preferential consideration and participation for acquisitions conducted under the Buy Indian Act, 25 U.S.C. 47, in accordance with the procedures in Subpart 1480.8. (b) General. (1) Under the Buy Indian Act, offers are solicited only from Indian economic enterprises. (2) BIA will reject all offers received from ineligible enterprises. (3) Any award resulting from this solicitation will be made to an Indian economic enterprise, as defined in paragraph (a) of this clause. (c) Required Submissions. In response to this solicitation, an offeror must also provide the following: (1) A description of the required percentage of the work/costs to be provided by the offeror over the contract term as required by section 1452.280-3, Subcontracting Limitations clause; (2) A description of the source of human resources for the work to be performed by the offeror; (3) A description of the method(s) of recruiting and training Indian employees, indicating the extent of soliciting employment of Indian persons, as required by DIAR 1452.226-70, Indian Preference, or DIAR 1452.226-71, Indian Preference Program, clause(s); (4) A description of how subcontractors (if any) will be selected in compliance with the ¿Indian Preference ¿ or ¿Indian Preference Program ¿ clause(s); (5) The names, addresses, and descriptions of work to be performed by Indian persons or economic enterprises being considered for subcontracts (if any) and the percentage of the total direct project work/costs they would be performing; (6) Qualifications of the key personnel (if any) that will be assigned to the contract; and (7) A description of method(s) for compliance with any supplemental Tribal employment preference requirements, if contained in this solicitation. (d) Required Assurance. The offeror must provide written assurance to the Indian Affairs that it will comply, or has, complied fully with the requirements of this clause. It must do this before Indian Affairs awards the Buy Indian contract, and upon successful and timely completion of the contract, but before the Indian Affairs Contracting Officer (CO) accepts the work or product. (e) Non-responsiveness. Failure to provide the information required by paragraphs (c) and (d) of this clause may cause Indian Affairs to find an offer non-responsive and to reject it. (f) Eligibility. (1) Participation in the Mentor-Protégé Program established under section 831 of the National Defense Authorization Act for Fiscal Year 1991 (25 U.S.C. 47 note) does not render an Indian economic enterprise ineligible for contracts awarded under the Buy Indian Act. (2) If a contractor no longer meets the definition of an Indian economic enterprise after award, the contractor must notify the CO in writing. The notification must include full disclosure of circumstances causing the contractor to lose eligibility status and a description of any actions that the contractor will take to regain eligibility. Failure to give the CO immediate written notification means that: (i) The economic enterprise may be declared ineligible for future contract awards under this part; and (ii) Indian Affairs may consider termination for default if it is in the best interest of the government. (End of clause) 1452.280-3 Subcontracting limitations. A contractor shall not subcontract to other than responsible Indian economic enterprises more than 50 percent of the subcontracted work when the prime contract was awarded under the Buy Indian Act. For this purpose, work to be performed does not include the provision of materials, supplies, or equipment. As prescribed in 1480.601(b), insert the following clause in each written solicitation or contract to provide supplies, services, or covered construction: Subcontracting Limitations (JUL 2013) (a) Definitions as used in this clause. (1) Concern means any business entity organized for profit (even if its ownership is in the hands of a nonprofit entity) with a place of business located in the United States or its outlying areas and that makes a significant contribution to the U.S. economy through payment of taxes and/or use of American products, material and/or labor, etc. It includes but is not limited to an individual, partnership, corporation, joint venture, association, or cooperative. For the purpose of making affiliation findings (see 19.101) any business entity, whether organized for profit or not, and any foreign business entity, i.e., any entity located outside the United States and its outlying areas. (2) Subcontract means any agreement (other than one involving an employer-employee relationship) entered into by a Government prime contractor or subcontractor calling for supplies and/or services required for performance of the contract, contract modification, or subcontract. (3) Subcontractor means a concern to which a contractor subcontracts any work under the contract. It includes subcontractors at any tier who perform work on the contract. (b) Required Percentages of work by the concern. The contractor must comply with FAR 52.219-14 Limitations on Subcontracting clause in allocating what percentage of work to subcontract. Of the work subcontracted, no more than 50 percent may be subcontracted to a concern other than a responsible Indian economic enterprise. (c) Indian Preference. Regardless of the contract type for services, supplies, or covered construction, the contractor agrees to give preference to Indian organizations and Indian owned economic enterprises in awarding subcontracts under this contract in accordance with DIAR 1452.226-71, Indian Preference. (d) Cooperation. The contractor must: (1) Carry out the requirements of this clause to the fullest extent; and (2) Cooperate in any study or survey that the CO, Indian Affairs, or its agents may conduct to verify the contractor's compliance with this clause. (e) Incorporation in Subcontracts. The contractor must incorporate the substance of this clause, including this paragraph (e), in all subcontracts for supplies, services, and construction awarded under this contract. (End of clause) 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] A signed and dated offer with a complete copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, are due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Lynelle Benallie, by 11:00 a.m. MDT, August 11, 2016. Also submit breakdown of costs and description of the services offered. Offers submitted by facsimile and email will be accepted, the fax number is (505) 863-8382. Email: lynelle.benallie@bia.gov. Due to the urgency of the requirement, the response time has been shortened. Any further questions regarding this announcement may be directed to Lynelle Benallie, Contracting Officer, at (505) 863-8404, by fax at (505) 863-8382. All contractors submitting offers must be registered in sam.gov (System for Award Management) 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 SAM.GOV, go to: http://www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A16PS01119/listing.html)
- Record
- SN04215673-W 20160811/160809235432-6ef50df43746fbf6bcad8a6185529aeb (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 |