F--THREE-YEAR GROUNDWATER MONITORING - TUBA

Agency: INTERIOR, DEPARTMENT OF THE
State: Federal
Type of Government: Federal
FSC Category:
  • F - Natural Resources and Conservation Services
NAICS Category:
  • 541620 - Environmental Consulting Services
Posted Date: Apr 25, 2024
Due Date: May 6, 2024
Solicitation No: 140A0924Q0030
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
F--THREE-YEAR GROUNDWATER MONITORING - TUBA
Active
Contract Opportunity
Notice ID
140A0924Q0030
Related Notice
Department/Ind. Agency
INTERIOR, DEPARTMENT OF THE
Sub-tier
BUREAU OF INDIAN AFFAIRS
Office
NAVAJO REGION
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Apr 24, 2024 04:49 pm MDT
  • Original Published Date: Mar 27, 2024 01:56 pm MDT
  • Updated Date Offers Due: May 06, 2024 03:00 pm MDT
  • Original Date Offers Due: Apr 17, 2024 03:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 21, 2024
  • Original Inactive Date: May 02, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: F103 - ENVIRONMENTAL SYSTEMS PROTECTION- WATER QUALITY SUPPORT
  • NAICS Code:
    • 541620 - Environmental Consulting Services
  • Place of Performance:
Description
Amendment No. Two (2) is issued as follows:
1. The response date is extended to May 6, 2024, 3:00 p.m. MDT.
2. Responses to the questions received will be posted soon.

Groundwater Monitoring Project, BIA, Navajo Region, Tuba City, AZ
This RFQ is a Buy Indian Set Aside. The Bureau of Indian Affairs (BIA) is soliciting offers for a 3-yr Groundwater Monitoring project for the BIA, Navajo Region, Branch of Environmental Management, in Tuba City, AZ. 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 is the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation No. 140A0924Q0030 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 2024-03. The solicitation is set aside 100% for Indian Economic Small Business Enterprises (ISBEE). The NAICS Code is 541620. Size Standard is $19 million. The Bureau of Indian Affairs, Navajo Regional Office, Environmental Services, solicits work consisting of furnishing all labor, materials, equipment, laboratory, and transportation for the 3-year ground water monitoring project in accordance with the Statement of Work which is included as Attachment No. One (1).

Price Schedule: 1 LS $___________________________
Provide an itemized breakdown of costs.

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.        Technical Approach
-List of subcontractors, including qualifications and experience
2.        Management Capability
-Summary of qualifications and related experience.
-Environmental Project Manager Resume
-Demonstrated project experience on Navajo Trust Lands
3. Past Performance
-References from clients documenting experience

Submit detailed information for each evaluation factor.
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.
(End of Provision)
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-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.
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]
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)
Due to the urgency of the requirement, the response time for quotes due is short. The last day for questions will be April 5, 2024, 2:00 p.m. MDT. 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, Buy Indian Representation form, via email to: lynelle.benallie@bia.gov by 2:00 p.m. MDT, April 17, 2024. Any further questions regarding this announcement may be directed to Lynelle Benallie, Contract Specialist, at (505) 863-8404, by email at lynelle.benallie@bia.gov.
Attachments/Links
Contact Information
Contracting Office Address
  • 301 WEST HILL AVE ROOM 346
  • GALLUP , NM 87301
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Mar 27, 2024[Combined Synopsis/Solicitation (Original)] THREE-YEAR GROUNDWATER MONITORING - TUBA
Apr 10, 2024[Combined Synopsis/Solicitation (Updated)] F--THREE-YEAR GROUNDWATER MONITORING - TUBA

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow Aquatic Herbicide Treatment for the Control of Milfoil, Hopkinton Lake, Hopkinton, NH

Federal Agency

Follow Optimized Remediation Contract (ORC) at Vandenberg SFB (VSFB). This remediation will involve

DEPT OF DEFENSE

Bid Due: 5/24/2024

Follow HSO & TSO SEED EXTRACTION 2024 Active Contract Opportunity Notice ID 140L0624Q0001

INTERIOR, DEPARTMENT OF THE

Bid Due: 5/07/2024

Follow FD2020-22-00094 Active Contract Opportunity Notice ID Related Notice Department/Ind. Agency DEPT OF

DEPT OF DEFENSE

Bid Due: 1/19/2027