SOLICITATION NOTICE
J -- CHILLER COMPRESSORS AND MATERIALS FOR MANYFARM HS
- Notice Date
- 8/31/2023 4:50:41 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- INDIAN EDUCATION ACQUISITION OFFICE Albuquerque NM 87104 USA
- ZIP Code
- 87104
- Solicitation Number
- 140A2323Q0742
- Response Due
- 9/8/2023 11:00:00 AM
- Archive Date
- 09/09/2023
- Point of Contact
- Johnson, Mary Jane, Phone: 5058034259
- E-Mail Address
-
maryjane.johnson@bie.edu
(maryjane.johnson@bie.edu)
- Small Business Set-Aside
- IEE Indian Economic Enterprise (IEE) Set-Aside (specific to Department of Interior)
- Description
- THIS IS SET ASIDE FOR ALL INDIAN ECONOMIC ENTERPRISES. The Bureau of Indian Education (BIE) is soliciting offers to procure for Chiller Compressor Replacement Services for Many Farms High School in Arizona. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation No. 140A2323Q0742, herein cited is issued as a Request for Quote (RFQ) and 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 2023-010 This acquisition is for Indian Economic Enterprises (IEE) Set-Aside. The North American Industry classification (NAICS) code is 238220, Plumbing, Heating, and Air-Conditioning Contractors and the business size $19.0. SCOPE OF WORK: The Department of the Interior Bureau of Indian Education, Many Farms High School in Arizona, is soliciting services for the replacement of their Chiller Compressor at Many Farms High School. Many Farms High School (MFHS) is located in the heart of the Navajo reservation in Many Farms, Arizona, and 15 miles (24 km) northeast of Canyon De Chelly National Monument. It has 365 (yearly average) students grades 9 to 12 and 35 faculty members along with a large support staff. Two (2) Chiller compressors are to be purchase and installed at Many Farms High School. The contractor will be required to meet the requirements of an authorized HVAC contractor. The following Chiller compressors and materials will be used to replace the burnt out and malfunctioning Chiller compressors to the McQuay Chiller unit at Building 1167 Dormitory 8 at Many Farms High School. The Chiller unit provides cooling to the building as it is needed during the summer seasons. The refrigerants and troubleshooting tools and equipment will be used for repairs, servicing, and adjustments. Brand Name or Equal does apply. The government intends to award a requirements contract for this requirement. The solicitation is for one year period. Contractor shall provide a summary sheet detailing how the unit price was arrived at. Estimated Quantities - The quantities shown in the schedule have been estimated to establish a basis of evaluating proposals for the purpose of award and are not intended to reflect exact quantities. Exact quantities cannot be ascertained in advance, the quantities in the schedule may be increased or decreased according to actual need. The Government is obligated to pay for only actual quantities performed. Line Item and description: Line 010, Installation Services Included but limited to the following = 1 JOB 1. Installation of new Units 2. All applicable taxes 3. Delivery 4. Disposal and Demo of old units 5. Mobilization and Demobilization Line 020, 8DP1R56MO-FSD-800 EMERSON CLM 460V 3PHAS = 2 EA Line 030, H26-921 MGAVCT CORE RMV TOOL = 2 EA Line 040, B17-938 A34000 TEE BRASS JB 1/4IN QCX1/4 = 2 EA Line 050, H28-535 0781-3652 REGULATR FLOW HYBRID = 1 EA Line 060, H85-096 DVA-24-BX VACUUM PUMP OIL BKGLD = 4 EA Line 070, B82-239 4168-08 COIL CLNR EVAP PWR COIL = 8 EA Line 080, B92-085 R22-30 REFRIGERANT SGL CMPT = 3 EA ALL ITEM NUMBERS ARE FROM JOHNSTONE SUPPLY EVALUATION CRITERIA: 1) Quote Format Quoters should submit two (2) volumes, a technical and price volume, each clearly marked. At a minimum they should include the following information: Technical Volume: Written narrative addressing the technical factors of Capabilities and Key Personnel not to exceed 5 pages. The quoter should address the following in their response for each factor: Capabilities. Include information on the capabilities of the company as it relates to this requirement, to include experience of work that is similar in size and scope to this requirement. Information should also be included to demonstrate a thorough understanding of the requirement by the contractor. Project schedules or plans are encouraged. Key Personnel. Include information on key personnel that will be working under the award to include their experience, education, and certifications if applicable. Information should be submitted for both the Project manager and mechanic, as identified in the statement of work. Price Volume: A completed pricing schedule as identified in section B of this RFQ, with per unit pricing and a total quoted price for this opportunity. 2) Technical Questions Technical questions pertaining to this opportunity are due by September 5, 2023, at 12:00 pm MDT. All questions should be submitted in writing to the Contracting Officer (CO) at name and email at maryjane.johnson@bie.edu. 3) Quote Due Date All quotes in response to this opportunity are due no later than 12:00 pm MDT on September 8, 2023. Quotes will only be accepted via electronic mail and must be emailed to the CO at enter email address maryjane.johnson@bie.edu by the closing date. (End of Provision) PERIOD OF PERFORMANCE: From 60 of the receipt of the award. BACKGROUND INVESTIGATION: BACKGROUND INVESTIGATION (Revised 04/01/2020) In accordance with 25 U.S.C. � 3201 et seq. (Pub. L. 101-630), the Indian Child Protection and Family Violence Prevention Act; 34 U.C.C. � 20351, et seq. (Pub. L. 101-647), the Crime Control Act of 1990, as amended; and 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 background screening by the Bureau of Indian Education (BIE), Personnel Security and Suitability Program and a favorable background investigation by the Defense Counterintelligence Service Agency (DCSA). The documentation required to initiate a background investigation shall be completed for any Contractor employee that will be onsite during the contract�s performance or have access to Personally Identifiable Information (PII). The complete submittal of the background investigation paperwork to the BIA/BIE will be accomplished, within 14 days after contract award for service contracts or, for construction contracts, before a Notice to Proceed (NTP) is issued by the Contracting Officer. Pending the successful completion of a background investigation by the BIA/BIE and/or DCSA, the Contractor who has been granted a favorable screening (applicant and suitability) determination must, at all times, remain within sight and under the supervision of a government employee (or other person designated by the Contracting Officer Representative (COR), who has successfully completed the background investigation. If an unfavorable screening (applicant and suitability) determination is made, an employee shall not be allowed onsite. If the Contractor�s employees are found onsite, without the proper authorization, the employee will face legal liability and the Contractor may have their contract terminated for default. Additionally, 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) determination is made and may be deemed ineligible for contract award. If an unfavorable final background investigation determination is made, the contract may be terminated and the employee in question shall not be authorized to provide service to the BIA/BIE if the services involve contact with or regular control over Indian children. It is solely the COR�s responsibility to initiate background checks for all Contractors and their employees in the BIE BEARCUBS system, which includes but is not limited to appropriate investigative forms and/or inquiries about their previous investigation; and obtain a screening (applicant and suitability) determination, and subsequent final background investigation. The Contracting Officer will consult with the COR when questions arise as to whether or not the scope of work of a contract requires background investigations for contractor personnel.� If the Contracting Officer or COR believes the scope of work performed by contract personnel should not require a background investigation, the Personnel Security Officer will be contacted for concurrence and has the final authority to determine if background investigation(s) are required. LOCATION KNOWLEDGE: Knowledge of the Navajo Reservation (location of Bureau of Indian Education schools within the Navajo Region are located in rural and remote areas) for services and supplies to all allow the contractor to work independently and successfully with local school and agency facility staffs. Award will be made to the lowest priced offeror, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. CONTRACT CLAUSES: The following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; 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 (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 52.2013, Contractor Code of Business Ethics and Conduct; FAR 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR 52.222-41, Service Contract Act 1965; FAR 52.223-15, Energy Efficiency in Energy-Consuming Products; FAR 52.211-6, Brand Name of Equal; FAR 52.225-1 Buy American Act-Supplies; FAR, 52.232-34, Payment by Electronic Funds Transfer-System for Award Management; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items of FAR 52.212-5(c), 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 52.222-55, Minimum Wages Under Executive Order 13658; FAR 52.232-18, Availability of Funds; FAR 52.216-02, Economic Price Adjustment-Standard Supplies; FAR 52.232-40, 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, 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. The Federal Acquisition Regulations clauses and provisions are available on the Internet at: http://www.arnet.gov/far or may be requested from the Contracting Officer. The following Services Contract Act wage rates do apply to this solicitation: Arizona Counties: Apache WD 2015-5477 Award will be made at a fair and reasonable price to the lowest responsive and responsible offeror whose quote conforming to the requirements herein will be the most advantageous to the Government. Provide Unique Entity Identifier (UEI)# 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 1452.250-4) are required to be considered for award. The RFQ is due at the Bureau of Indian Education, Division of Acquisition, Attention: Mary Jane Johnson, at Maryjane.johnson@bie.edu, by, September 8, 2023, 12:00 PM (Local Time, Mountain Daylight Time). Any further questions regarding this announcement may be directed to Mary Jane Johnson, Contract Officer, at Maryjane.johnson@bie.edu no later than September 5, 2023, at 12:00 p.m. All contractors submitting quotes must be registered in the SAM.gov, 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 the SAM, go to: http://www.SAM.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8a899fedd36149028b0a8da69ba27b1e/view)
- Record
- SN06814588-F 20230902/230831230057 (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 |