SOLICITATION NOTICE
69 -- Playground Equipment for Cottonwood Day School
- Notice Date
- 8/21/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339920
— Sporting and Athletic Goods Manufacturing
- Contracting Office
- BIA NAVAJO 00009 301 WEST HILL ROOM 346 Contracting Office Gallup NM 87301 US
- ZIP Code
- 00000
- Solicitation Number
- 140A0818Q0034
- Response Due
- 8/31/2018
- Archive Date
- 9/15/2018
- Point of Contact
- Impson, Katheryn
- Small Business Set-Aside
- Total Small Business
- Description
- 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; quotes are being requested and a written solicitation will not be issued. The solicitation number for this procurement is 140A0818Q0034 and is issued as a Request for Quote (RFQ). The Bureau of Indian Affairs (BIA), Eastern Oklahoma Regional Office intends to award a firm-fixed price contract in response to this Request for Quote (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-99 dated June 15, 2018. This solicitation is Total Small Business set-aside. The associated North American Industry Classification System code (NAICS) is 339920, Sporting and Athletic Goods Manufacturing, and the size standard is 750 Employees. The Bureau of Indian Affairs (BIA), Eastern Oklahoma Regional Office, is soliciting offers for Playground Equipment for Cottonwood Day School in Chinle, AZ. Price Schedule: Name Brand or Comparable to: CLIN 0010: 4-Way S Direct Bury Fun Tube Product ID: TUB-00012 Brand: Child Forms 30" Tall, Ventilation holes are installed in double and curved configurations, allowing for ease of supervision, peek-a-boo play, multiple interaction, and proper air circulation. Tubes are constructed of roto-molded polyethylene. Total Price: $________________________ CLIN 020: Aztec Climber Three Panel Product ID: 902-764 Brand: Sports Play Size: 11' x 12.5'. Use Zone: 23' x 24.5'. Accommodates 10 children Total Price: $________________________ CLIN 030: Clock Stand Alone Play Event SKU: UTP-MEC-044, Brand: Ultra Play Systems Material: Recycled Plastic and Metal, in-ground mounting required 4'6" W x 7"D x 3'1"H, 232lbs Total Price: $________________________ CLIN 040: Drum Beats Musical Interaction Stand Alone Play Event Product ID: PFS001 Brand: Playground Equipment 3.5" Post Diameter Total Price: $________________________ CLIN 050: Freestanding Log Roll Play Event Product ID: 67771 Brand: Play and Park Total Price: $________________________ CLIN 060: Net Fitness Course Section 5'W'x8'H unit includes 2 3/18" OD pipe. Ground space 1'x 5' Product ID: 511-103 Brand: SportsPlay Total Price: $________________________ CLIN 070: Shipping Charges Total Price: $_________________________ Total Price for all CLINS: $__________________________ Delivery location is: BIE Cottonwood Day School, PO Box 6003, Navajo Route 4, Chinle, AZ 86503 PROVISION FAR 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS, applies to this acquisition. FAR 52.212-2 - 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. Award will be made using a Lowest Price Technically Acceptable (LPTA) approach; the Government will award to the lowest priced offeror that is determined technically acceptable. The following factors shall be used to evaluate offers: Factor 1: Technical Capability Factor 2: Price Technical capability is equal to price. (b) Factor 1: Technical Capability 1. Technical capability of the item offered to meet the Government requirement shall be evaluated based on an evaluation of Technical Capability Factor; the factor will be rated as "Technically Acceptable" or "Technically Unacceptable." 2. Offeror shall meet all the requirements in RFQ and submit documentation to verify. 3. "Technically Acceptable" is defined as the item offered to the Government that meets the minimum requirements of the solicitation. 4. "Technically Unacceptable" is defined as the item offered to the Government that does not meet the minimum requirements of the solicitation. (c) Factor 2: Price 1. Price will be evaluated in order to determine if it is reasonable in accordance with FAR Parts 13.106-3 and 15.402(a)(2). Offers should be sufficiently detailed to demonstrate their reasonableness. (d) AWARD PROCESS: 1. The Government will first evaluate all quotations to ensure the quotation complies with all material aspects of the request for quotation thereby being determined as either "Responsive" or "Non-Responsive." 2. Responsive quotes will then be submitted for Technical Evaluation to determine those that are either "Technically Acceptable" or "Technically Unacceptable." 3. "Technically Acceptable" quotations will be then ranked according to Price. 4. The lowest priced offeror who is technically acceptable will receive the award. FAR 52.212-3 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision. FAR 52.212-4 - CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEM All terms and conditions identified under this FAR Clause are applicable to this Request for Quotation. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS and FAR 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (DEVIATION), applies to this acquisition. The clauses cited within this clause as indicated below are applicable: 52.203-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-50, 52.223-3, 52.223-18, 52.225-1, 52.225-13, 52.232-33, 52.233-3, 52.233-4. FAR Clauses incorporated by reference: 52.204-7, 52.211-6, 52.217-8, 52.223-3, 52.232-1, 52.232-17, 52.232-25, 52.232-39, 52.243-1, 52.244-6, 52.246-2, 52.246-16, 52.247-34, 52.249-1 and 52.249-8. DIAR Clauses Incorporated by Reference 1452.233-2 Service of Protest OMB MEMORANDUM M-11-32 Accelerating Payments to Small Businesses for Goods and Services this policy requires agencies to accelerate payment to small business prime contractors to the full extent permitted by law with the goal of making payment within 15 days of receipt of a proper invoice. In return, prime contractors are expected to accelerate payment to small business subcontractors when they receive accelerated payments from the Government. DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 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: copy of company invoice; must also be emailed to Verna.chee@bia.gov and Katheryn.impson@bia.gov. 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) All questions shall be submitted via email to Katheryn Impson at Katheryn.impson@bia.gov. NO PHONES CALLS PLEASE. Please reference solicitation number 140A0818Q0034 in subject line of the email. Quotes are due on Friday, 31 August 2018 at 12:00 pm (CT). Quotes may be sent via email to Katheryn.impson@bia.gov. Quotes shall be good for 30 calendar days after close of RFQ. Offerors should check the FedBizOpps/FedConnect websites often for any solicitation amendments. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/140A0818Q0034/listing.html)
- Record
- SN05049220-W 20180823/180821231757-99c84ffab7ef0685f0dd95003c6f8b00 (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 |