SOLICITATION NOTICE
D -- D--D - TELEPHONE/FAX FOR JEEHDEEZ'A ELEM
- Notice Date
- 9/3/2020 4:44:21 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- INDIAN EDUCATION ACQUISITION OFFICE Albuquerque NM 87104 USA
- ZIP Code
- 87104
- Solicitation Number
- 140A2320Q0478
- Response Due
- 9/10/2020 12:00:00 AM
- Archive Date
- 09/25/2020
- Point of Contact
- Johnson, Mary Jane
- E-Mail Address
-
maryjane.johnson@bia.gov
(maryjane.johnson@bia.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- AMENDMENT No.: 00001 IS FOR SOLICITATION NO.: 140A2320Q0478 AS FOLLOWS; 1. TO EXTEND THE RESPONSE DATE AND TIME TO SEPTEMBER 10, 2020 AT 12:00 MT (ALBUQUERQUE TIME) 2. TO CHANGE THE SET ASIDE TO ALL SMALL BUSINESSES. ALL OTHER TERMS AND CONDITIONS TO REMAIN THE SAME. The Bureau of Indian Affairs (BIA) is soliciting offers to procure Services for BIE, Jeehdeez�a Community School, PO BOX 1073, Navajo Route 65, Pinon, AZ. 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. 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 2020-08. This acquisition is set aside 100% Small Business. In order to participate in this solicitation, vendors MUST qualify under the following NAICS Code is 517919. DESCRIPTION: Contractor shall provide services consisting of furnishing all labor, materials, equipment, supervision and incidentals necessary to deliver Jetpacks IN ACCORDANCE WITH (IAW) the below list of items & Statement of Work (SOW). STATEMENT OF WORK The Vendor will provide telephone/fax services for the Jeehdeez'a Elementary School. Telephone numbers: 928-725-3169, 928-725-3306, 928-725-3308, 928-725-3169, 928-725-3337, 928-725-3399, and 928-725-3449. END OF STATEMENT OF WORK Period of Performance: Base Year: Date of Award to August 30, 2021 Option year 1: September 1, 2021 to August 30, 2022 Option year 2: September 1, 2022 to August 30, 2023 Option year 3: September 1, 2023 to August 30, 2024 Option year 4: September 1, 2024 to August 30, 2025 Base Year: 1. Landland Phone Service, 12 Months $ ______Month = $________ 2. Telecom Admin Fees, $ ______Each = $________ Sub-Total $ _____________ Include all Applicable Taxes $________ Base Year TOTAL: $__________________ Option Year 1: 1. Landland Phone Service, 12 Months $ ______Month = $________ 2. Telecom Admin Fees, $ ______Each = $________ Sub-Total $ _____________ Include all Applicable Taxes $________ Option Year 1 TOTAL: $__________________ Option Year 2: 1. Landland Phone Service, 12 Months $ ______Month = $________ 2. Telecom Admin Fees, $ ______Each = $________ Sub-Total $ _____________ Include all Applicable Taxes $________ Option Year 2 TOTAL: $__________________ Option Year 3: 1. Landland Phone Service, 12 Months $ ______Month = $________ 2. Telecom Admin Fees, $ ______Each = $________ Sub-Total $ _____________ Include all Applicable Taxes $________ Option Year 3 TOTAL: $__________________ Option Year 4: 1. Landland Phone Service, 12 Months $ ______Month = $________ 2. Telecom Admin Fees, $ ______Each = $________ Sub-Total $ _____________ Include all Applicable Taxes $________ Option Year 4 TOTAL: $__________________ GRAND TOTAL Base year with 4 Options Years: $____________________ Award will be made to the lowest priced offeror, who's quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. CONTRACT CLAUSES: The following FAR clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation � Commercial Items(Oct 2014), 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 52.203-17, Contractor Employee Whistleblower Rights and Requirements To Inform Employees of Whistleblower Rights (June 2020); 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 (May 2014) (41 U.S.C. 10a-10d); FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013)(31 U.S.C. 3332); and FAR 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016); 52.222-21 Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Sept 2016); 52.229-3, Federal, State, and Local Taxes (Feb 2013). FAR and DIAR clauses are herein incorporated as follows: 52.216-2 Economic Price Adjustment-Standard Supplies; FAR 52-222-41 Service Contract Labor Standards; FAR 52.222-42- Statement of Equivalent Rates for Federal Hires; FAR 52.222-50 Combating Trafficking in Persons (Mar 2015); FAR 52.223-10, Waste Reduction Program (May 2011) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); FAR 52.232-18, Availability of Funds (April 1984); FAR 52.217-6; FAR 52.217-7; FAR 52.217-8; and FAR 52.217-9. Providing Accelerated Payments to Small Business Subcontractors and DIAR clauses are herein incorporated as follows:. DIAR 1452.280-1 Notice of Indian small business economic enterprise set-aside ;DIAR 1450-16-1Homeland Security Presidential Directive, DIAR, 1452.280-2; DIAR, 1452.280-3 Subcontracting limitations; DIAR, 1452.280-4 Indian economic enterprise representation; DIAR, 1480.102 Buy Indian Act acquisition regulations; DIAR, 1480.503 Commercial item or simplified acquisitions; DIAR 1480.601 Subcontracting limitations; DIAR, 1452.226-70, Indian Preference; DIAR, 1452.226-71, Indian Preference Program. Department of the Interior Acquisition Regulation (DIAR) is available at www.doi.gov/pam/aindex.html. The following DIAR applies to this solicitation: Electronic Invoicing and Payment Requirements Internet Payment Platform (IPP) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Internet Payment 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 [CO to edit and include the documentation required under this contract]: None. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. 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. Provide DUNS# and Tax ID# with a signed and dated quote, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items and DIAR 1452.280-4, Indian Economic Enterprise Representation. These two documents (completed 52.212-3 and DIAR 1452.280-4) are required to be considered for award. The RFQ is to be submitted to Mary Jane Johnson by email at Maryjane.johnson@bia.gov. Any further questions regarding this announcement may be directed to Mary Jane Johnson, Contracting Officer, via email. All contractors submitting offers must be registered in the SAM Registration (SAM) to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the SAM, go to: http://www.sam.gov Award will be made to the lowest priced offeror, who's quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. END
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/371912f6c7a2468086149c9e6db8b669/view)
- Record
- SN05785890-F 20200905/200903230154 (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 |