This ACQUISITION IS FOR 100% NATIVE OWNED SMALL BUSNESS 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 14.80.201. The Bureau of Indian Affairs (BIA) is soliciting offers to procure Services for BIE, Tohaali Community School, Hwy 491 & Navajo Route 19, Newcomb, NM 87455. This is a combined synopsis/solicitation for commercial services 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 12, Acquisition of Commercial Items. Solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-101. 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 324110 Description: Contractor shall provide Monthly telephone service for Division Tohaali Community School, Newcomb, NM 87455. Contractor shall provide the below listed item for DFMSO; Per the Statement of Work (SOW) below. LN PRODUCT Description DIESEL FUEL 001: DIESEL FUEL FOR TOHAALI COMMUNITY SCHOOL, February 12, 2020 thru February 11, 2021 002: DIESEL FUEL FOR TOHAALI COMMUNITY SCHOOL, February 12, 2021 thru February 11, 2022 003: DIESEL FUEL FOR TOHAALI COMMUNITY SCHOOL, February 12, 2022 thru February 11, 2023 004: DIESEL FUEL FOR TOHAALI COMMUNITY SCHOOL, February 12, 2023 thru February 11, 2024 005: DIESEL FUEL FOR TOHAALI COMMUNITY SCHOOL, February 12, 2024 thru February 11, 2025 Base Year: Monthly Sub-Total $ ________________________ Annual Total $ __________________ Include all Applicable Taxes (Navajo Nation and Arizona Taxes) $ _________________ Base Year Total $ ____________________________ Option Year 1: Monthly Sub-Total $ ________________________ Annual Total $ __________________ Include all Applicable Taxes (Navajo Nation and Arizona Taxes) $ _________________ Option Year 1: Total $ ____________________________ Option Year 2: Monthly Sub-Total $ ________________________ Annual Total $ __________________ Include all Applicable Taxes (Navajo Nation and Arizona Taxes) $ _________________ Option Year 2: Total $ ____________________________ Option Year 3: Monthly Sub-Total $ ________________________ Annual Total $ __________________ Include all Applicable Taxes (Navajo Nation and Arizona Taxes) $ _________________ Option Year 3: Total $ ____________________________ Option Year 4: Monthly Sub-Total $ ________________________ Annual Total $ __________________ Include all Applicable Taxes (Navajo Nation and Arizona Taxes) $ _________________ Option Year 4: Total $ ____________________________ STATEMENT OF WORK (SOW) General Requirements The Bureau of Indian Education (BIE) ¿requires propane delivery services. These services are provided to Tohaali Community School, Hwy 491 & Navajo Route 19, Newcomb, NM 87455 area. The office is requesting the delivery of Diesel Fuel. Scope: The scope of work is to provide bulk delivery of liquefied petroleum (LP) Gas (propane) to Tohaali Community School. Delivery request will be made to vendor on an as needed basis. Preferable delivery time will be normal working hours which are: Monday through Friday 8:00 A.M. to 4:30 P.M. (Except Holidays). Government contact person (COR or Facility Manager) will call Contractor 24 hours in advance to order propane for delivery. Description of TASK: The contractor shall provide propane delivery services as follows: a. Contractor shall furnish all labor, materials, services and equipment to delivery school location as requested and in a timely manner in accordance with federal and state guidelines, standard industry process and safety procedures. Safety Data sheets shall be provided. b. Estimated delivery is up 8000 gallons not to exceed 24000 gallons. c. The supplier shall provide constant surveillance during delivery by having a person in attendance at all times at the point of transfer. d. Spillage: Accidental release or spillage during delivery of the product by the supplier shall result in the supplier being held responsible for all costs associated with the cleanup and disposal for all contaminated soil. When a spill occurs, the supplier shall immediately notify the Department of Environmental Protection (DEP) and Government Contact person. Cleanup and disposal must be conducted in accordance with State and Federal Regulations and Guidelines. Inspection and Acceptance; Acceptance of services will be provided by the COR or POC, identified in awarded contract. The Contractor will provide a delivery ticket to the accepting Government official for verification and signature. END OF STATEMENT OF WORK 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)m /far 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract of Terms and Conditions Commercial Items. In paragraph (a) of FAR 52.212-5 the following applies: FAR 52.219-6, (Deviation 2019-00003) Notice of Total Small Business Set-aside, 52.219-14 Limitations on Subcontracting (Deviations 2019-0003), FAR 52.219-13, Notice of Set-Aside of OrdersFAR5 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3353); FAR 52.233-4, Applicable Law for Brach 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 following FAR clause 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 (Jul 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); 52.22-19, Child Labor Cooperation with Authorities and Remedies (Feb 2016; 52.222-21 Prohibition of Segregated Facilities (April 2015)l 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 52.222-41 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 52.5523-18, 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 clause are herein incorporated as follows: DIAR 1452.280-1 Notice of Indian small business economic enterprise set-aside; DIAR 1450-16-1 Homeland Security Presidential Directive, DIAR 1452.250-2; 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 items or simplified acquisitions; DIAR 1480.601 Subcontracting limitations; DIAR 1452.226-70 Indian Preference; DIAR 1452.223-71, 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 solutions Electronic Invoicing and Payment Requirements Internet Payment Platform (IPP) Payments requests must be submitted electronically through the U.S. Department of the Treasury's 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
[email protected] 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 Representation and Certifications - Commercial Items and DIAR 1452.280-4, Indian Economic Enterprise Representation. These two documents (completed 52.212-3 and DIR 145.280-4) are required to be considered for award. The RFQ us be submitted to Gertrude Bryant by email
[email protected]. Any further questions regarding this announcement may be directed to Gertrude Bryant, Contract Specialist, via email. All contracts 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 SAM, go to: http://www.sam.gov END OF CLAUSES Award will be made to the lowest priced offeror, who's quote conforming to the requirements herein, will be most advantageous to the Government, ad is fair and reasonable.
Bid Protests Not Available