Similar Projects
Resurface - IS040
Infrastructure
Conception
$7,587,470 CJ est. value
Anadarko, OK 73005

Intersect Modif
Infrastructure
Design
$2,600,000 CJ est. value
Binger, OK 73009

SH 09 - Utilities
Infrastructure
Design
$508,453 CJ est. value
Anadarko, OK 73005

Asphalt Overlay EW 1230, NS 2550, NS 2520 and Drainage Structure Project
Infrastructure
Bidding
$300,000 CJ est. value
Anadarko, OK 73005

RFQ D/B Installation of a New Water Tower
Infrastructure
Bidding
$1,000,000 CJ est. value
Anadarko, OK 73005

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

Stephenson-Taylor Water Line Extension
Infrastructure
Post-Bid
$250,000 CJ est. value
Binger, OK 73009

Resurface, Bridge Rehabilitation, and Cable Barrier I-40
Infrastructure
Results
$12,998,630 CJ est. value
Hydro, OK 73048

Waterline Replacement
Infrastructure
Results
$933,848 CJ est. value
Fort Cobb, OK 73038

SH 08 - Utilities
Infrastructure
Design
$1,376,591 CJ est. value
Cyril, OK 73029

Rehabilitate Runway Lights and Install PAPIs
Infrastructure
Post-Bid
$400,000 CJ est. value
Carnegie, OK 73015

Pedestrian Improvements (Sidewalks) - US-62
Infrastructure
Results
$554,793 CJ est. value
Anadarko, OK 73005

Utilities - SH 58
Infrastructure
Design
$600,000 CJ est. value
Carnegie, OK 73015

Old Caddo County Maintenance Yard UST Removal
Infrastructure
Post-Bid
$166,170 CJ est. value
Anadarko, OK 73005

Bridge Projects
Infrastructure
Results
$511,259 CJ est. value
Anadarko, OK 73005

Last Updated 09/06/2023 10:12 PM
Project Title

Shed for Natural Resources

Physical Address View project details and contacts
City, State (County) Anadarko, OK 73005   (Caddo County)
Category(s) Government/Public, Heavy and Highway
Sub-Category(s) Military Facility, Site Development
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected October 2023
Bids Due View project details and contacts
Estimated Value $100,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
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. 16X28 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 2x4 #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 2x4 #2 Douglas Fir Sanded 3/4" BC plywood floor decking over 2x6 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: 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 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)

Details

Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents