Oklahoma Bids > Bid Detail

SHED FOR NATURAL RESOURCES

Agency: INTERIOR, DEPARTMENT OF THE
Level of Government: Federal
Category:
  • 54 - Prefabricated Structures and Scaffolding
Opps ID: NBD00159755285105020
Posted Date: Aug 4, 2023
Due Date: Aug 18, 2023
Solicitation No: 140A0323Q0007
Source: https://sam.gov/opp/753389da0d...
Follow
SHED FOR NATURAL RESOURCES
Active
Contract Opportunity
Notice ID
140A0323Q0007
Related Notice
Department/Ind. Agency
INTERIOR, DEPARTMENT OF THE
Sub-tier
BUREAU OF INDIAN AFFAIRS
Office
SOUTHERN PLAINS REGION
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Aug 04, 2023 02:00 pm CDT
  • Original Date Offers Due: Aug 18, 2023 02:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 02, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Indian Economic Enterprise (IEE) Set-Aside (specific to Department of Interior)
  • Product Service Code: 5410 - PREFABRICATED AND PORTABLE BUILDINGS
  • NAICS Code:
    • 321992 - Prefabricated Wood Building Manufacturing
  • Place of Performance:
    100 RIVERSIDE DRIVE Anadarko , OK 73005
    USA
Description
STORAGE SHED FOR NATURAL RESOURCES, SOUTHERN PLAINS REGIONAL OFFICE

GENERAL
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. The Solicitation No. is 140A0323Q0007 and is a request for quotes.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 Effective June 2, 2023.

AWARD TYPE
The Government contemplates awarding a Firm-Fixed-Price (FFP) Purchase Order.

SET A-SIDE
This procurement is being set aside 100% for Indian Economic Enterprises (IEE) in accordance with the Buy Indian Act Regulations. Under the Buy Indian Act, 25 U.S.C. 47, offers are solicited only from Indian Economic Enterprises (Subpart 1480.8). Any acquisition resulting from this solicitation will be from such a concern. Offers received from enterprises that are not Indian economic enterprises will not be considered and will be rejected. As part of your quote, you must complete and return the Indian Economic Enterprise Representation form (DIAR Clause 1452.280-4 (see attached)).

NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
NAICS Code: 321992, Prefabricated Wood Building Manufacturing, with a small business size of500 employees.

ANTICIPATED DELIVERY TERMS
Contractor will provide, as part of the evaluation, the time needed for delivery and setup.

Contractor must notify the point of contact in the award document to confirm delivery date and time, Monday through Friday between the hours of 8:00 am and 4:30 pm and closed on Federal Holidays and weekends. Unscheduled deliveries will not be accepted. Point of Contact for delivery will be stated in the award document. Expected date of delivery shall be stated on the quote. Delivery location is BIA, Southern Plains Regional Office, 100 Riverside Drive, Anadarko, OK 73005.

DESCRIPTION/SPECIFICATIONS
The Bureau of Indian Affairs has a need for a barn style shed with loft that will be used for storage. The building specifications are listed below and have been developed from similar sheds purchased from Better Built Barns. Government is not brand naming, but product needs to meet or exceed this type of shed.

6X28 lofted barn style shed, no windows, shelves along one wall (20'of shelving, starting at opposite end of the building from the overhead door)
16'of loft
Pressure treated 4"x6" runners
All framing lumber is kiln-dried 2×4 #2 Douglas Fir
3/4" industrial rated plywood floors over joists 16" o.c.
Wood grain 7/16" Smart Panel siding with a 50-year warranty.
30-year Malarkey Highlander shingles-nailed on, not stapled. No exposed nails.
Metal roof edge
Vented gables for air movement
High quality Benjamin Moore satin paint
Inside-outside keyed door latch.
Double doors 62" doors Heavy duty 5" galvanized hinges.
All sheet materials are #1 APA rated quality.
Pressure treated 4"x6" runners
All framing lumber is 2×4 #2 Douglas Fir
Sanded 3/4" BC plywood floor decking over 2×6 joists 16" o.c. (14' or 16' wide).
Wood grain 7/16" Smart Panel siding.
30-year Malarkey Highlander shingles-nailed on, not stapled. No exposed nails.
Two coats of high-quality Benjamin Moore satin paint - white.
Overhead door on end: 9'x6'6"
Ramp on end, treated 2x6s: as wide as the door.
24" shelves, 20' long on back wall.

CONTACT INFORMATION:
Contracting Officer: Jocelyn LittleChief; phone (580) 450-5740. Email: jocelyn.littlechief@bia.gov.

INSTRUCTIONS, CONITIONS AND NOTICES TO OFFERORS:
Quotes can be submitted via mail or email. All quotes are due August 18, 2023, 2:00pm Central Standard Time and should include the following:
1. SF-1449
2. Building specifications/pictures that will support that what you are proposing will meet or exceed specifications
3. DIAP 1452.280-4; Certification that you meet the definition of an Indian Economic Enterprise.
4. Delivery Schedule

All contractors submitting quotes must be registered in the SAM at www.sam.gov at the time quotes are due. To register or learn more about SAM, go to http://www.sam.gov.
FAR CLAUSES
The following FAR 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 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.225-1 Buy American Act-Supplies; FAR 52.232-33, Payment by Electronic Funds, 52.232-99, Providing Accelerated Payment to Small Business Subcontractors.

DIAR CLAUSES
1452.204-70 Release of Claims (JUL 1996)
1452.228-70 Liability Insurance (JUL 1996)
1452.280-2 Notice of Indian Economic Enterprise Set-Aside. (FEB 2021)
1452.280-4 Indian Economic Enterprise Representation (FEB 2021)

EVALUATION

Evaluation - Commercial Products and Commercial Services.(NOV 2021)

(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.
Award will be made using a Lowest Price Technically Acceptable (LTPA) approach; the Government will award to the lowest priced offeror that is determined to meet or exceed the specifications and provides the best delivery and setup time.
(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 offers 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)

The Federal Acquisition Regulation clauses and provisions are available on the internet at:
http://www.acqusition.gov or may be requested from the Contracting Officer.

1452.280-4 Indian Economic Enterprise representation.
Indian Economic Enterprise Representation (FEB 2021)
(a) The offeror represents as part of its offer that it [ ] does [ ] does not meet the definition of Indian Economic Enterprise (IEE) as defined in DIAR 1480.201 and that it intends to meet the definition of an IEE throughout the performance of the contract. The offeror must notify the contracting officer immediately in writing if there is any ownership change affecting compliance with this representation.
(b) Any false or misleading information submitted by an enterprise when submitting an offer in consideration for an award set aside under the Buy Indian Act is a violation of the law punishable under 18 U.S.C. 1001. False claims submitted as part of contract performance are subject to the penalties enumerated in 31 U.S.C. 3729 to 3731 and 18 U.S.C. 287. (End of provision)
Attachments/Links
Attachments
Document File Size Access Updated Date
Sol_140A0323Q0007.pdf (opens in new window)
121 KB
Public
Aug 04, 2023
file uploads

Contact Information
Contracting Office Address
  • 100 NORTH RIVERSIDE DRIVE
  • ANADARKO , OK 73005
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 04, 2023 02:00 pm CDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >