U--Educational Support TiisTsoziBiOlta

expired opportunity(Expired)
From: Federal Government(Federal)
A17PS00970

Basic Details

started - 07 Aug, 2017 (about 6 years ago)

Start Date

07 Aug, 2017 (about 6 years ago)
due - 19 Jul, 2017 (about 6 years ago)

Due Date

19 Jul, 2017 (about 6 years ago)
Award

Type

Award
A17PS00970

Identifier

A17PS00970
Department of the Interior

Customer / Agency

INTERIOR, DEPARTMENT OF THE (64554)BUREAU OF INDIAN AFFAIRS (10076)CENTRAL OFFICE (7338)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
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.

Professional Development TiisTsoziBiOlta (Crownpoint CS) Solicitation No. A17PS00970 is amended as follows: 1. The set aside is changed to 100% Total Small Business. 2. The response date is extended to July 31, 2017, 3:00 p.m. MDT. The Bureau of Indian Affairs (BIA) is soliciting offers to procure education support training services for BIE staff in teaching methodology, curriculum development in English Language Arts, building leadership capacity and in schoolwide implementation of the Common Core State Standards for BIE, TiisTsosiBiOlta, Crownpoint, NM. 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. A17PS00970 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 2005-89. This acquisition is set aside for 100% Total Small Business. NAICS Code: 611710, Small Business Size Standard: $15.0 million. Period of Performance: Date of Award to June 30, 2018. Vendor will provide two (2) days of training every month from August 2017 to February 2018, at Tiis TsoziBiOlta,Crownpoint, NM. Services for support in teaching methodology, curriculum development in English Language Arts, for implementation of the common core standards. See attached Statement of Work. PROPOSAL LINE ITEMS: 1. Professional Development Services: 2 days per month x 6 months: $_____________. GRAND TOTAL: $_________________. The total costs includes all travel, lodging and other incidental expenses. 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 Regulations (FTR). 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 (OCT 2014) (a) 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 to evaluate offers: 1. Familiarity with location 2. Technical Approach 3. Past Performance Technical and past performance, when combined, are significantly more important than cost or price. (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. CONTRACT CLAUSES: The following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; 52.212-2 Evaluation-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-System for Award Management(Jul2013)(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 (Jan2014); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar2007); 52.229-3, Federal, State, and Local Taxes (Feb2013). FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug2011); 52.222-41, Service Contract Labor Standards (May 2014); 52.222-55, Minimum Wages Under Executive Order 13658 (Dec2015); 52.222-62, Paid Sick Leave Under Executive Order 13706; Department of the Interior Acquisition Regulation FAR and DIAR clauses are herein incorporated as follows: 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (Dec 2013); FAR 52.232-18, Availability of Funds (April 1984); DIAR 1452.226-71 Indian Preference Program, DIAR 1452.204-70 Release of Claims; Federal Travel Regulations. 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. Electronic Invoicing and Payment Requirements- Invoice Processing Platform (IPP) (April 2013). Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing 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: A copy of the contractor's invoice shall be included with the IPP invoice. If no invoice is attached, the Invoice will be rejected. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 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. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. A signed and dated offer; responses to FAR 52.212-2, Evaluation Factors; DUNS NUMBER: _______________; Signed RFQ are due at the Bureau of Indian Affairs, Navajo Regional Office, Branch of Acquisition, Attention: Lynelle Benallie, by 3:00 p.m. Local Time (MDT), July 31, 2017. Also submit breakdown of costs and description of the services offered. Offers submitted by facsimile and email will be accepted, the fax number is (505) 863-8382. Email: lynelle.benallie@bia.gov. Due to the urgency of the requirement, the response time has been shortened. Any further questions regarding this announcement may be directed to Lynelle Benallie, Contracting Officer, at (505) 863-8404, by fax at (505) 863-8382. All contractors submitting offers must be registered in the System for Award Management (SAM) 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 SAM, go to: http://www.sam.gov

BIA NAVAJO 00009 301 WEST HILL ROOM 346 Contracting Office Gallup NM 87301 USLocation

Place Of Performance : BIA NAVAJO 00009 301 WEST HILL ROOM 346 Contracting Office Gallup NM 87301 US

Country : United StatesState : New Mexico

You may also like

Please Sign In to see more like these.

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

Classification

611 -- Educational Services/611710 -- Educational Support Services
naicsCode 611710Educational Support Services
pscCode UPersonnel Testing