F--ALAMO AND CANONCITO NOXIOUS WEED CONTROL

expired opportunity(Expired)
From: Federal Government(Federal)
140A0924Q0036

Basic Details

started - 23 Apr, 2024 (8 days ago)

Start Date

23 Apr, 2024 (8 days ago)
due - 26 Apr, 2024 (5 days ago)

Due Date

26 Apr, 2024 (5 days ago)
Bid Notification

Type

Bid Notification
140A0924Q0036

Identifier

140A0924Q0036
INTERIOR, DEPARTMENT OF THE

Customer / Agency

INTERIOR, DEPARTMENT OF THE (64478)BUREAU OF INDIAN AFFAIRS (10067)NAVAJO REGION (441)
[object Object]

SetAside

ISBEE(Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services))

Attachments (8)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The Bureau of Indian Affairs (BIA) is soliciting offers to conduct Alamo and Canoncito Noxious Weed Control Project for BIA, Eastern Navajo Agency, Branch of Natural Resources, Crownpoint, New Mexico. 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. 140A0924Q0036 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 2021-06. The NAICS Code is 562910. Size Standard: $25 million. The BIA, Western Navajo Agency, solicits work consisting of furnishing all labor, materials, equipment, laboratory, and transportation to
conduct Alamo and Canoncito Noxious Weed Control Inventory, BIA, Eastern Navajo Agency, Branch of Natural Resources, Crownpoint, New Mexico. accordance with the Statement of Work which is included as Attachment No. One (1).Price Schedule: 1 LS $___________________________Provide an itemized breakdown of costs.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 (a) of FAR 52.212-5 the following applies: 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 (June 2003) (41 U.S.C. 10a-10d); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332); and FAR 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.229-3, Federal, State, and Local Taxes (April 2003); 52.222-41 Service Contract Labor Standards; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (Dec 2013). FAR and DIAR clauses are herein incorporated as follows: FAR 52.232-18, Availability of Funds (April 1984); FAR 1452.204-70, Release of Claims - Department of the Interior. The Federal Acquisition Regulations clauses and provisions are available on the Internet at: http://www.acquisition.gov or may be requested from the Contracting Officer.[End of provision]Electronic Invoicing and Payment Requirements- Invoice Processing Platform (IPP) (April 2013)Award will be made on a Best Value Basis, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable.52.212-2 Evaluation-Commercial Items.EVALUATION-COMMERCIAL ITEMS (JAN 1999)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. The following factors shall be used Source of Evaluation Criteria:Proposals from contractors shall contain the following information:1. Summary of Qualifications and related experience2. Project Manager Resume3. Knowledge of working with Navajo communities in Arizona, New Mexico, and Utah and on the Navajo Indian Reservation and ability to travel to the site without an escort.4. List of all subcontractors including qualifications and experience.to evaluate offers:5. Past Performance. Identify past performance within the past 5 years for similar projects.6. Technical ApproachAll evaluation factors, when combined, are significantly more important than cost or price.Submit detailed information for each evaluation factor.Responses for each evaluation factor will need to be submitted with your proposal.(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(End of provision)52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016)(a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that¿(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.(b) The Offeror represents that¿(1) It is ¿ is not ¿ a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and(2) It is ¿ is not ¿ a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.(End of provision)Contractors qualified to deliver these services are encouraged to submit a signed and dated quote, responses to evaluation factors, along with UEI Number, proof of contractor's registration in www.sam.gov, via email to: elsie.begay@bia.gov by 5:00 p.m. MDT, April 19, 2024. Any further questions regarding this announcement may be directed to Elsie Begay, Contract Specialist, at (505) 863-8226, by email at elsie.begay@bia.gov.1452.280-1 Notice of Indian small business economic enterprise set-aside.1452.280-2 Notice of Indian economic enterprise set-aside.1452.280-3 Subcontracting limitations.1452.280-4 Indian economic enterprise representation.As prescribed in 1480.801(a), insert the following provision in each written solicitation for supplies, services, or covered construction:INDIAN ECONOMIC ENTERPRISE REPRESENTATION (JUL 2013)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.[End of provision]

301 WEST HILL AVE ROOM 346  GALLUP , NM 87301  USALocation

Office Address : 301 WEST HILL AVE ROOM 346 GALLUP , NM 87301 USA

Country : United StatesState : New MexicoCity : Gallup

You may also like

Chemicals for Noxious Weed and Pest Control

Due: 21 Oct, 2024 (in 5 months)Agency: Nebraska

NC-POCOSIN LAKES NWR MOW & WEED TRIM

Due: 31 Oct, 2028 (in about 4 years)Agency: U.S. FISH AND WILDLIFE SERVICE

WEED CONTROL IN UINTAH COUNTY, UT

Due: 15 Apr, 2025 (in 11 months)Agency: BUREAU OF LAND MANAGEMENT

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 562910Remediation Services
pscCode F105Pesticides Support Services