SOLICITATION NOTICE
U -- NATIVE INNOVATIONS - IT SUPPORT
- Notice Date
- 5/5/2021 3:31:45 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- INDIAN EDUCATION ACQUISITION OFFICE Albuquerque NM 87104 USA
- ZIP Code
- 87104
- Solicitation Number
- 140A2321Q0296
- Response Due
- 5/12/2021 3:00:00 PM
- Archive Date
- 05/27/2021
- Point of Contact
- Johnson, Mary Jane, Phone: 5058034259
- 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)
- Description
- THIS ACQUISITION IS FOR 100% NATIVE OWNED SMALL BUSINESS SET ASIDE UNDER THE BUY INDIAN ACT (25 U.S.C.) 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. The Bureau of Indian Affairs (BIA) is soliciting offers to procure Services for BIE, Kayenta Community School, PO Box 188/ 1000 Main Street, Kayenta, AZ 86033. 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 2021-05. This acquisition is set aside 100% Indian Small Business Economic Enterprise (ISBEE). In order to participate in this solicitation, vendors MUST qualify under the following NAICS Code is 541513. DESCRIPTION: Contractor shall provide services consisting of Informational Technology personnel to ensure the network and other technology support met . The contractor will provide any all service IN ACCORDANCE WITH (IAW) the below Statement of Work (SOW). Statement of Work (SOW) Project: Managed Information Technology (IT) Services for Kayenta Boarding School GENERAL INFORMATION 1.Background: Kayenta Boarding School mission is to ensure that every individual that enters our Professional Learning Community (PLC) succeeds academically and culturally. Our PLC includes all stakeholders to guide our children through a high quality and culturally relevant educational journey, and currently we are operating without IT Support, which negatively impacts the work of our PLC. There is a staff of approximately 74 to promote an academically and culturally and educational journey to inspire students to grow toward their full potential. Presently, 267 students are enrolled with anticipation of more as we progress into SY21-22. 2.Scope of Work: Part-time IT support services for Kayenta Boarding School including all proactive monitoring and remote support hours. Work can be done onsite or remotely; however, at least 2-3 days onsite weekly will be required. 3.Location: The project will be performed at Kayenta Boarding School, PO Box 188, Kayenta AZ, 86033 CONTRACTOR REQUIREMENTS 4. General Requirements: Responsible for providing technical assistance and support related to computer systems, hardware or software. Responds to queries, runs diagnostic programs, isolates problem, and determines and implements solutions. The Contractor shall furnish all labor, equipment, materials, and services to provide managed IT Support Services, which includes unlimited remote support and onsite visits throughout the year (at least 2 onsite IT Support visit per week during the school year with a 7-hour maximum per onsite visit) should the individual not live in the local area. Managed IT Support Services shall include, but not limited to: a. Workstation/Server hardware installation, configuration, management, and support. b. Workstation/Server software installations, configuration, and updating. c. Printer, Scanner, Projector, and Document Camera installation, configuration, management, and support. d. Network Switch installations, configurations, management, and support. e. Wireless LAN Controller and Access Point management and support. f. VolP Telephony management and support. g. Video over IP management and support. h. IP based Video Surveillance management and support; 1. Website management. i. Network Cabling maintenance and support (Cat6 and Fiber Optic); and j. Assistance with the procurement of technology products and services. The Contractor shall ensure compliance with Federal, Department of the Interior, Office of Information Management Technology (OWIT), Security, Regulations and Policies. The Contractor shall report suspected computer security breaches to the Computer Incident Response Team (CIRT), COR, and Federal Task Lead, as soon as the breach is received, heard of, or discovered. Each contract employee is required to take the Federal Information Security Assessment (FISSA) before starting work on the contract and annually thereafter. Each contractor is to take and pass all mandatory training within required timeframes stated by the government. They are required to adhere to all of the laws, regulation, policies, directives and the Rules of Behavior defined within. Each contract employee is required to pass and maintain the appropriate background checks and security clearances for their position. The Federal Task Lead works with the COR and will serve as the day-to-day decision-maker to assign or prioritize tasks. The Contractor assigned will receive work assignments from the Federal Task Lead and shall provide the Federal Task Lead with recommendations regarding work assignments. OIMT will serve as the technical lead and Subject Matter Expert for the Government in the respect to technical solutions, operational and cybersecurity IT standards. The Contractor shall follow the technical information, guidance, configurations, and processes from OIMT for all IT related solutions, including Web-based or cloud-hosted solutions. The Contractor shall follow all hardware/software installation procedures as developed by OIMT. The Contractor shall not provide support for or install any hardware/software not approved by OIMT. The Contractor shall provide customer relation services to ensure high customer satisfaction. The Contractor shall provide customers with the ability to voice feedback through a Customer Satisfaction Survey. Unresolved complaints shall be forwarded to the Federal Task Lead and if unable to resolve, the Federal Task Lead will escalate the complaint to the COR. 5. Technical Requirements: The Contractor shall provide in accordance with 25 U.S.C. 3201 (P.L. 101-630), Indian Child Protection and Family Violence Prevention Act; 42 U.S.C. 13041, Crime Control Act of 1990; 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 suitability for employment. The contractor will be knowledgeable in technical support and have experience working with the BIE School IT programs and setups with includes fully monitoring and managed workstations and services remotely and telephone support. 6. Security Requirements: A favorable screening (applicant and suitability) determination must be made by the Bureau of Indian Education (BIE) Personnel Security and Suitability Program prior to contract award or made within 60 days of incorporation of this clause into a current/existing contract. 7. Travel: Travel is included as a direct reimbursable with a Not-to-Exceed (NTE) amount. Travel costs shall not include Contractors administrative fees (G&A, OH, Profit, etc). Travel costs 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. Contractor shall provide supporting documents for all travel costs with submitted invoices. Requests for travel shall include at a minimum: a. Name and title of traveler b. Purpose of travel c. Dates of travel d. To/From Locations e. Mode of transportation f. Estimated total travel costs broken down by transportation, lodging, meals & incidentals 8. Deliverables / Schedule: Timely submission of deliverables is essential to successful completing this requirement. Submission of deliverables shall be on an Excel Spreadsheet emailed to the COR and Contracting Officer. Item No. Deliverable Objective Due I Monthly Status Report Report documenting tasks & issues by week. Monthly by the 15th of each month, NLT 3pm local time. 2 Monthly Inventory List of all IT related equipment relevant to this service. Monthly by the 15th of each month NLT 3pm local time. END OF STATEMENT OF WORK Period of Performance: Base Year: July 1, 2021 to June 30, 2023 Option Year1: July 1, 2022 to June 30, 2023 Option Year 2: July 1, 2023 to June 30, 2024 Option Year 3: July 1, 2024 to June 30, 2025 Option Year 4: July 1, 2025 to June 30, 2026 QUOTE LINE ITEM: Please provide a breakdown of total cost for each item:) BASE YEAR: 1 IT Support $ ________________ IT Support Sub-Total $ _____________ IT Support Total $____________ Include all Applicable Taxes (Navajo Nation and Arizona Taxes) $________ GRAND TOTAL: $__________________ OPTION YEAR 1: 1. IT Support $ ________________ IT Support Sub-Total $ _____________ IT Support Total $____________ Include all Applicable Taxes (Navajo Nation and Arizona Taxes) $________ GRAND TOTAL: $__________________ OPTION YEAR 2: 1. IT Support $ ________________ IT Support Sub-Total $ _____________ IT Support Total $____________ Include all Applicable Taxes (Navajo Nation and Arizona Taxes) $________ GRAND TOTAL: $__________________ OPTION YEAR 3: 1. IT Support $ ________________ IT Support Sub-Total $ _____________ IT Support Total $____________ Include all Applicable Taxes (Navajo Nation and Arizona Taxes) $________ GRAND TOTAL: $__________________ OPTION YEAR 4: 1. IT Support $ ________________ IT Support Sub-Total $ _____________ IT Support Total $____________ Include all Applicable Taxes (Navajo Nation and Arizona Taxes) $________ GRAND TOTAL: $__________________ BACKGROUND INVESTIGATION: The selected contractor must receive security clearance from the Bureau of Indian Affairs/Education. In accordance with Multiple Federal Laws and regulations pertains specifically to background checks. The Victims of Child Abuse Act of 1990, 42 U.S.C. � 13041, requires Federal agencies and facilities under contract to complete a criminal history background check. The Indian Child Protection and Family Violence Prevention Act, 25 U.S.C. � 3207, also requires that individuals who work and volunteer with Indian children undergo an investigation of their character. BIA criteria and procedures for making determinations of suitability based on an individuals character or conduct are found in 25 C.F.R. part 63 and in the Bureau of Indian Affairs Manual (BIAM) at part 62.3 OPMs role for Federal employees is set forth at 5 C.F.R. part 731. Child safety at Indian education facilities continues to be at risk from employees, contractors, and volunteers who have not undergone full background checks. BACKGROUND INVESTIGATION In accordance with 25 U.S.C. 3201 (P.L. 101-630), Indian Child Protection and Family Violence Prevention Act; 42 U.S.C. 13041, Crime Control Act of 1990; 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 screening (applicant and suitability) determination made by the Bureau of Indian Affairs (BIA) Office of Indian Education Programs (OIEP), Personnel Security and Suitability Program; and a favorable background investigation determination conducted by the Office of Personnel Management (OPM). A favorable screening (applicant and suitability) determination must be made by the Bureau of Indian Affairs (BIA) Office of the Indian Education Programs (OIEP), Personnel Security and Suitability Program prior to contract award or made within 60 days of incorporation of this clause into a current/existing contract. Pending completion of a background investigation by OPM, the Contractor who has been granted a favorable screening (applicant and suitability) determination must be within the sight and under the supervision of a Government employee who has had a completed background investigation (42 U.S.C 13041 (3)) during contract performance until a final background investigation determination has been made. Prior employment with the Federal Government, including BIA, OIEP or the Bureau of Indian Affairs, does not assure that the appropriate screening or investigation was conducted nor does it alleviate or guarantee a favorable screening (applicant and suitability) determination or background investigation. Prior to an award or during the 60 day period discussed in paragraph two, it is solely the company, individual or contractors responsibility to contact the BIE, School Human Resources Personnel in order to obtain a complete security package, which includes but is not limited to appropriate investigative forms and/or inquire about their previous investigation; and, obtain a screening (applicant and suitability) determination, and subsequent final background investigation. If an unfavorable screening (applicant and suitability) determination is made, a purchase order shall not be awarded to the individual who received an unfavorable screening or to the company who has proposed to employ the individual to perform the work. 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) determinations is made, which will make them ineligible for purchase order award. If an unfavorable final background investigation determination is made, the purchase order may be terminated and the employee in question shall not be authorized to provide service to the BIA, OIEP, if the services involve contact with or regular control over Indian children. Award will be made to the lowest priced offeror, whos 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 (AUGUST 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). 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 Treasurys 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 Gertrude Bryant by email at Gertrude.bryant@bia.gov. Any further questions regarding this announcement may be directed to Gertrude Bryant, Contract Specialist, 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 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/3ee2c64ef4c54c3d8d55029b058707da/view)
- Record
- SN05992138-F 20210507/210505230113 (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 |