This ACQUISITION IS FOR 100% INDIAN SMALL BUSINESS ECONOMIC ENTERPRISES (ISBEE) 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.
The Indian Affairs (IA) is soliciting offers to procure the purchase of a 10 pan convection steamer with Installation Services for Haskell Indian Nations University (HINU). 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 attached. Solicitation NO. 140A2323Q0225 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 2023-02. 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 335999.
Description: Contractor shall provide services consisting of furnishing all labor, material, equipment, supervision and incidentals to install a 1o pan convection steamer for Haskell Indian Nations University, per the statement of work.
Award will be made to the lowest priced offeror, who's quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable.
The provisions at FAR 52.212-2 Evaluation-Commercial Items applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Non factors are included in the solicitation package under Section L.
Award will be made on the basis of the lowest evaluated price of proposals meeting the technically acceptability standards. The Government intends to select the Lowest Price Technically Acceptable offer on the basis of initial offers received, without discussions. Offerors may be given the opportunity to clarify certain aspects of proposals (e.g., the relevance of an offeror's information to resolve minor or clerical errors.)
The Government will conduct a lowest price technically acceptable source selection as required under FAR 15.101-2. The Government will evaluate all offers to determine technical acceptability proposal with the lowest evaluated price. Each Factor will be rated either "Acceptable" or "Unacceptable." All factors must be "Acceptable" in order to be determined as technically acceptable. A proposal with any factors that are rated as "Unacceptable" will not be considered.
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/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 52-217-8, FAR 52.219-6, (Deviation 2019-00003) Notice of Total Small Business Set-aside, FAR 52.233-4, Applicable Law for Brach of Contract Claim (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; Far 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; and FAR 52.232-36; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; Far 52.222-26, Equal Opportunity; 52-229-3, Federal, State and Local Taxes. 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; FAR 52.5523-18, Encouraging Contractor Policies to Ban Text Messaging while Driving ; FAR 52.232-18, Availability of Funds. 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 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 ippgroup@bos.frb.org or phone (866) 973-3131.
Provide UEI# 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.
The RFQ us be submitted to Mary Jane Johnson by email maryjane.johnson@bia.gov. Any further questions regarding this announcement may be directed to Mary Jane Johnson, Contracting Officer, via email, by the closing date and time.
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