Inactive
Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)
Notice ID:140A0320Q0022
GROUND PENETRATING RADAR EQUIPMENT 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...
GROUND PENETRATING RADAR EQUIPMENT 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. This procurement is being set aside 100% for Indian Small Economic Enterprises (ISEE) in accordance with the Buy Indian Act Regulations. The Solicitation No. is 140A0320Q0022 and is a request for quotes. The Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06D through June 5, 2020. The Bureau of Indian Affairs, Southern Plains Regional Office (BIA, SPRO) has a requirement for a Utility Scan Pro with accessories. The North American Industrial Classification System (NAICS) code is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, with a small business size standard of 1,250 employees. Contractor is required to be registered in SAM with the NAICS Code cited above prior to bid opening. SBA has determined that there are no small business manufacturers available to supply this project and a class waiver from the Non-Manufacturer Rule has been approved and is in place. Specifications Utility Scan Pro (SIR4000, 350Mhz antenna, 3-wheel cart), two additional SIR4000 batteries (for those extra-long field days), GS Series 200HS System Kit (complete system includes rugged tablet, 200HS antenna, GS Series accessories; a.Wheel kit, b. GPS Mount Plate, c.Transit Case (for HS Module, Wheel Kit, and other accessories); Model 620 Encoder (allows distance-based collection with 200HS antenna or 350HS antenna); Radan 7 Software; 3D Module for Radan 7 Software. The specification list in the Bid Schedule Attachment have been identified as technically acceptable meeting the specifications and minimum needs of the Government. This model is noted as "brand name or equal" to assist vendors in understanding the minimum specifications. Delivery Vendor must notify the point of contact 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 Kate Moore, Regional Archeologist at (405) 247-1565. Expected date of delivery shall be stated on the quote. Delivery location is BIA, SPRO, 1 Mile North of City, Hwy 281, Anadarko, OK 73005. Contact Info Contracting Officer: Jocelyn LittleChief; phone (405) 247-1527, fax (405) 247-2242. Email: jocelyn.littlechief@bia.gov. Instructions, Conditions, and Notices to Offerors: Quotes can be submitted via email. All quotes are due September 4, 2020, 2:00pm Central Standard Time and should include the following: 1. SF-1442 2. Bid Schedule 3. Pictures and Specifications of equipment 4. DIAP 1452.280-4; Certification that you meet the definition of a Small Indian Economic Enterprise. 5. 52.204-26 Covered Telecommunications Equipment or Services-Representation. (Dec 2019) Attachments 1. Bid Schedule 2. ISBEE Certification Form 3. 52.204-26 Covered Telecommunications Equipment or Services-Representation. (Dec 2019) FAR Clauses The following 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, 52.211-6 Brand Name or Equal; Payment by Electronic Funds, 52.232-99, Providing Accelerated Payment to Small Business Subcontractors. 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities. (Jul 2018) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2020) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2020) 52.204-26 Covered Telecommunications Equipment or Services-Representation. (Dec 2019) 52.212-2 Evaluation - Commercial Items. (JAN 1999) (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. (b) 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) DOI Regulations ¿ DIAR Clauses (DIAR) 1452.204-70 Release of Claims; (DIAR) 1452.226-70 Indian Preference; (DIAR) 1452.226-71 Indian Preference Program. (DIAR) 1452.228-70 Liability Insurance ¿ Department of the Interior (JUL 1996), (DIAR) 1452.280-4 Indian Economic Enterprise Representation (JUL 2013), DOI ELECTRONIC INVOICING-Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011) 1452.280-1 NOTICE OF INDIAN SMALL BUSINESS ECONOMIC ENTERPRISE SET-ASIDE (JUL 2013) Under the Buy Indian Act, 25 U.S.C. 47, offers are solicited only from Indian economic enterprises (Subpart 1480.8) that are also small business concerns. Any acquisition resulting from this solicitation will be from such a concern. Offers received from enterprises that are not both Indian economic enterprises and small business concerns will not be considered and will be rejected. (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.