Federal Bid

Last Updated on 08 Feb 2014 at 9 AM
Combined Synopsis/Solicitation
Location Unknown

S--NAVAJO SANITATION CHINLE QUARTERS

Solicitation ID A14PS00115
Posted Date 08 Jan 2014 at 6 PM
Archive Date 08 Feb 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Central Office
Agency Department Of Interior The
Location United states
The Bureau of Indian Affairs (BIA) is soliciting offers to procure for Refuse services for Bureau of Indian Education. 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.: A14PS00115, 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 2005-31. This acquisition is a Native American Business Set-Aside under Buy Indian Act (U. S. C. 25). The NACIS Code is 562111, Size standards in millions of dollars $12.5. CONTRACT SHALL PROVIDE ALL SERVICES, LABOR, MATERIALS AND INCIDENTIAL REGARDING THE REFUSE SERVICES FOR THE CHINLE AGENCY, HOUSING DEPARTMENT IN CHINLE, ARIZONA AND IN ACCORDANCE WITH STATEMENT OF WORK. STATEMENT OF WORK WASTE MANAGEMENT/REFUSE DISPOSAL SERVICES 1.01 General Work covered by Contract Documents/Requirements Include: The contractor shall furnish all equipment, materials, labor, supervision, and performance of work as shown and as specified in the submittals, specifications, and provision of this Contract Services to the following Bureau of Indian Affairs (BIA) and Bureau of Indian Education (BIE) location: Arizona Navajo Central (Chinle) Agency Headquarters. This is for all government quarters at the above agency. 1.02 Location and Point(s)-of-Contact (POC): Specified locations for container bins are as follows: 1. Arizona Navajo Central (Chinle) Agency Headquarters, Point of Contact: Mildred Garcia Quarters/Residence, having twenty-six (26) 64 gal waste containers 2. Cottonwood Day School, Point of Contact: Quarters/Residence, having twenty-six (26) 64 gal waste containers 3. Many Farms High School, Roland Woody Quarters/Residence, having ten (10) 4 cy waste containers The COTR will be Mildred Garcia, Business Technician, Arizona Navajo Central Agency Facility Management. 2.0 Scope: Contractor shall provide waste container bins, remove waste container bins, and transport to an environmental approved landfill. Waste shall be removed on a weekly basis and between the hours of 8:00 am to 5:00pm, Monday-Friday. (Please provide a breakdown of total cost/price for each location) 1. HEADQUARTERS GOVERNMENT QUARTERS (40123685) $________ 2. COTTONWOOD DAY SCHOOL GOVERNMENT QUARTERS ( ) $_________ 3. MANY FARMS HIGH SCHOOL GOVERNMENT QUARTER (40123751) $____________ Period of Performance: BASE YEAR from Date of Award to September 30, 2014. OPTION YEAR 1 = October 01, 2014 to September 30, 2015. OPTION YEAR 2 = October 01, 2015 to September 30, 2016. OPTION YEAR 3 = October 01, 2016 to September 30, 2017. OPTION YEAR 4 = October 01, 2017 to September 30, 2018. BASE YEAR BASE YEAR from Date of Award to September 30, 2014. OPTION YEAR 1 (Please provide a breakdown of total cost/price for each location) 1. HEADQUARTERS GOVERNMENT QUARTERS ( ) $________ 2. COTTONWOOD DAY SCHOOL GOVERNMENT QUARTERS ( ) $_______ 3. MANY FARMS HIGH SCHOOL GOVERNMENT QUARTER ( ) $____________ OPTION YEAR 2 (Please provide a breakdown of total cost/price for each location) 1. HEADQUARTERS GOVERNMENT QUARTERS ( ) $________ 2. COTTONWOOD DAY SCHOOL GOVERNMENT QUARTERS ( ) $_______ 3. MANY FARMS HIGH SCHOOL GOVERNMENT QUARTER ( ) $____________ OPTION YEAR 3 (Please provide a breakdown of total cost/price for each location) 1. HEADQUARTERS GOVERNMENT QUARTERS ( ) $________ 2. COTTONWOOD DAY SCHOOL GOVERNMENT QUARTERS ( ) $_______ 3. MANY FARMS HIGH SCHOOL GOVERNMENT QUARTER ( ) $____________ OPTION YEAR 4 (Please provide a breakdown of total cost/price for each location) 1. HEADQUARTERS GOVERNMENT QUARTERS ( ) $________ 2. COTTONWOOD DAY SCHOOL GOVERNMENT QUARTERS ( ) $_______ 4. MANY FARMS HIGH SCHOOL GOVERNMENT QUARTER ( ) $____________ Clause Title: CONTRACTOR PERFORMANCE INFORMATION (DIAPR) 2010-14, Amendment 1 CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM (JULY 2010) (a) FAR 42.1502 directs all Federal agencies to collect past performance information on contracts. The Department of the Interior (DOI) has implemented the Contractor Performance Assessment Reporting System (CPARS) to comply with this regulation. One or more past performance evaluations will be conducted in order to record your contract performance as required by FAR 42.15. (b) The past performance evaluation process is a totally paperless process using CPARS. CPARS is a web-based system that allows for electronic processing of the performance evaluation report. Once the report is processed, it is available in the Past Performance Information Retrieval System (PPIRS) for Government use in evaluating past performance as part of a source selection action. (c) We request that you furnish the Contracting Officer with the name, position title, phone number, and email address for each person designated to have access to your firm's past performance evaluation(s) for the contract no later than 30 days after award. Each person granted access will have the ability to provide comments in the Contractor portion of the report and state whether or not the Contractor agrees with the evaluation, before returning the report to the Assessing Official. The report information must be protected as source selection sensitive information not releasable to the public. (d) When your Contractor Representative(s) (Past Performance Points of Contact) are registered in CPARS, they will receive an automatically-generated email with detailed login instructions. Further details, systems requirements, and training information for CPARS is available at http://www.cpars.csd.disa.mil/. The CPARS User Manual, registration for On Line Training for Contractor Representatives, and a practice application may be found at this site. (e) Within 60 days after the end of a performance period, the Contracting Officer will complete an interim or final past performance evaluation, and the report will be accessible at http://www.cpars.csd.disa.mil/. Contractor Representatives may then provide comments in response to the evaluation, or return the evaluation without comment. Comments are limited to the space provided in Block 22. Your comments should focus on objective facts in the Assessing Official's narrative and should provide your views on the causes and ramifications of the assessed performance. In addition to the ratings and supporting narratives, blocks 1 - 17 should be reviewed for accuracy, as these include key fields that will be used by the Government to identify your firm in future source selection actions. If you elect not to provide comments, please acknowledge receipt of the evaluation by indicating "No comment" in Block 22, and then signing and dating Block 23 of the form. Without a statement in Block 22, you will be unable to sign and submit the evaluation back to the Government. If you do not sign and submit the CPAR within 30 days, it will automatically be returned to the Government and will be annotated: "The report was delivered/received by the contractor on (date). The contractor neither signed nor offered comment in response to this assessment." Your response is due within 30 calendar days after receipt of the CPAR. (f) The following guidelines apply concerning your use of the past performance evaluation: (1) Protect the evaluation as "source selection information." After review, transmit the evaluation by completing and submitting the form through CPARS. If for some reason you are unable to view and/or submit the form through CPARS, contact the Contracting Officer for instructions. (2) Strictly control access to the evaluation within your organization. Ensure the evaluation is never released to persons or entities outside of your control. (3) Prohibit the use of or reference to evaluation data for advertising, promotional material, preaward surveys, responsibility determinations, production readiness reviews, or other similar purposes. (g) If you wish to discuss a past performance evaluation, you should request a meeting in writing to the Contracting Officer no later than seven days following your receipt of the evaluation. The meeting will be held in person or via telephone or other means during your 30-day review period. (h) A copy of the completed past performance evaluation will be available in CPARS for your viewing and for Government use supporting source selection actions after it has been finalized. (End of notice) CONTRACT CLAUSES: The following FAR Clauses including all addenda applies 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; FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items: 52.233-03; 52.233-4; 52.219-30; 52.222-3; 52.222-19; 52.222-21;52.222-26; 52.222-36; 52.232-30; 52.232.33; 52.232-36; 52.222-41; FAR 52.246-04 Inspection of ServicesFixed Price; FAR 52.211-09 Desired and Required Time of Delivery; FAR 52.236-09 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements; 52.21-18 Variation in Estimated Quantity; FAR 52.217-6 Option to Increase Quantity; FAR 52.217-7 Option for Increased QuantitySeparately Priced Line Item; FAR 52.217-8Option to Extend Services; FAR 52.217-9Option to Extend the Term of the Contract; FAR 52.232-18 Availability of Funds; FAR 232-19 Availability of Funds for Next Fiscal Year; FAR 52.215-06 Place of Performance; FAR 52.204-06 Data Universal Numbering System (DUNS) Number; FAR 52.216-01 Type of Contract; FAR 52.232-99 Providing Accelerated Payment to Small Business Subcontractors; 52.204-06; DOI Acquisition Reg (DIAR) 1452.226-70 Indian Preference; 1452.226-71 Indian Preference Program; 1450-0016-001 Homeland Security Presidential Directive; 1452-204-70 Release of Claims; DOI Electronic Invoicing Electronic Invoicing and Payment Requirements-Invoicing Processing Platform (IPP) (September 2011); 1450-0016-002 EO 13513 Federal Leadership on Reducing Text Messaging While Driving. The Federal Acquisition Regulation clauses and provisions are available in the internet at: http://www.acqusition.gov or may be requested from the Contracting Officer. Signed and dated Quotes, along with a completed 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: Elsie J Begay, P.O. Box 1060, Gallup, New Mexico 87305 by local time on January 9, 2013 by 5:00 pm (Mountain Time). Quotes submitted by facsimile and emails will be accepted. Any further questions regarding this announcement may be directed to Elsie J Begay, Contract Specialist, at (505) 863-8226, by fax at (505) 863-8382. Email: [email protected]. All contractors submitting quotes must be registered in the SAM www.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.
Bid Protests Not Available

Similar Past Bids

Chinle Arizona 07 Jul 2022 at 8 PM
Location Unknown 26 Aug 2015 at 9 PM