Opportunity: LTRO RECORDS MANAGEMENT PROJECT

Description 

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 number for this procurement is 140A0318Q0054 and is issued as a Request for Quote (RFQ). The Bureau of Indian Affairs (BIA), Southern Plain Regional Office intends to award a firm-fixed price contract in response to this Request for Quote (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95 dated January 24, 2018. This solicitation is an Indian Small Business Economic Enterprise (ISBEE) set-aside. 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. As part of your quote, you must complete and return the Indian Economic Enterprise Representation form (DIAR Clause 1452.280-4 (see attached)). The associated North American Industry Classification System code (NAICS) is 561990, All Other Support Services, and the size standard is $11.0 Mil. The Bureau of Indian Affairs (BIA), Southern Plains Regional Office, is soliciting offers for Land Titles and Records Office's (LTRO) Records Management Activities. Price Schedule: CLINS 0010: Preparation of Inactive Permanent Program Records for shipping Price: $________________________ per cubic foot (high leveled inventory)(approximately 50 cubic feet) Price: $________________________ per cubic foot (detailed leveled inventory)(approximately 100 cubic feet) Total price: $__________________________ Description of Services: The Contractor shall provide records management activities by preparing Inactive Permanent Program Records for shipping to the American Indian Records Repository (AIRR) and in compliance with the Indian Affairs Records Schedule (including previous permanent records schedules), along with applicable statutes, regulations, administrative guidelines, and court orders. The following knowledge, skills, and experience shall be required of the personnel who will perform the work on behalf of Contractor: 1. The Contractor shall be knowledgeable in the operation of a computer, printer, scanner, and all other office machines required to do the project. 2. The Contractor shall learn all agencies and field offices under the BIA/Southern Plains and the names of all the Tribes of Indians served by the Region. 3. Each individual employee who will be working on the project is required to have an active and favorable background investigation. This is a Department of Interior (DOI) Investigation which the Bureau of Indian Affairs (BIA) will pay for and of which will go through the Office of Personnel Security in Albuquerque, New Mexico. This is a Moderate Risk Background Investigation (MBI). Fingerprints cards will be required. Individuals can either be sponsored in the USAccess system where each would have access to the system and can schedule a time for fingerprinting or submit hard copy fingerprint cards (FD 258). Contractors that have an active favorable security background clearance shall submit it with their offer. 4. LTRO can accommodate a maximum of four (4) contractors working on the project at one time. The Contractor's employees must be able to work independently. However, LTRO will make at least one (1) employee available to answer questions or provide necessary assistance on specified functions. 5. The Contractor must be knowledgeable and be able to implement the Indian Affairs Records Schedule (IARS) (including previous records schedules), particularly those records most common to Trust Programs, Land Titles Records Office. 6. The Contractor shall adhere to the Indian Affairs Records Management Manual and the Office of Trust Records (OTR) guidance and seek OTR guidance in those cases where complications arise regarding records in litigation. 7. Before work begins, the Contractor shall attend the Office of Trust Records Training which will be provided by the Record Information Management Specialist (RIMS) and follow Office of Trust Records policy and procedures. 8. The Contractor shall receive proper and legal guidance as to the shipping process in regards to the pallets that records will be shipped with. 9. The Contractor shall be able to use considerable and sound amount of judgment as to the completeness of the documentation in files and therefore, should have experience working on BIA files. 10. The Contractor shall be capable of walking, bending, stooping, and lifting an average of 15-20 pounds. TASKS: Records/File Management services are needed for approximately 150 (+/- 25) cubic feet of records. A preliminary inventory of these records identifies them as Trust Services, Division of Land Titles and Records. The Branch contact will provide a file maintenance plan and the blue print of records locations. The approximate breakdown of records to be prepared for shipment is as follows: TRUST SERVICES - LAND TITLES AND RECORDS OFFICE: * ID Cards (High Level Inventory) - 30 cubic feet * Deeds (High Level Inventory) - 20 cubic feet * Probates (Detailed Inventory) - 70 cubic feet * Media- Microfilm, Microfiche, Aperture Cards (Detailed Inventory) - 30 cubic feet The foregoing is only an estimate. A site visit is highly recommended to get an accurate count of records. As this is a unit price contract, final payment will be determined based on the actual number of cubic feet prepared for shipment as verified by the government's contracting officer. High Level Inventory records shall to be prepared for shipping in the following manner: 1) ID Cards - 30 Cubic Feet ID Card Records consists of two different types (Master Name Cards and ID Cards) that shall be prepared separately for shipping using the following guidelines: A. Master Name Cards (Identified in Blue) - 15 Cubic Feet: Master Name Cards shall be removed from the lektriever while in tray, then moved to designated work area. B. Identification Cards (Identified in Yellow) - 15 Cubic Feet Identification Cards shall be removed from the lektriever while in tray, then moved to designated work area. C. Records shall be high-level inventoried and the Inactive Records Move Requests (IARM Form 2006) shall be prepared. The inventory and Inactive Record Move Request shall be given to the program Records Contact for signature. 2) DEEDS - 20 Cubic Feet A. Boxed Deeds shall have prepared records inventory within shipping box. Records shall be transferred by bundle to accordion files and placed in shipping boxes. B. Records shall be high-level inventoried and the Inactive Records Move Requests (IARM Form 2006) shall be prepared. The inventory and Inactive Record Move Request shall be given to program Record Contacts for signature. Detailed Level Inventory records shall be prepared for shipping in the following manner: 3) PROBATES - 70 Cubic Feet A. Records shall be removed from the lektriever to designated work area. B. Probates shall be detailed inventoried and the Inactive Records Move Requests (IARM Form 2006) shall be prepared. The inventory and Inactive Record Move Request shall be given to program Records Contacts for signature. 4) MEDIA - 30 Cubic Feet Media consists of the following records: Microfilm, Microfiche, and Aperture Cards A. Records shall be removed from lektriever while in tray to designated work area. B. Media shall be handled separately by three different categories (Microfilm, Microfiche, and Aperture Cards) C. Media shall be detailed inventoried and the Inactive Records Move Requests (IARM Form 2006) shall be prepared. The inventory and Inactive Record Move Request shall be given to program records contact for signature. D. Media files are light sensitive, therefore, when work is not being performed, they shall be placed back into closed shipping boxes to prevent damage from lighting. 5) Prepare all necessary paperwork and make any Office of Trust Records requested changes in order to obtain final authorization to archive these records. 6) Follow Box palletizing according to Office of Trust Records policies. 7) Once 40 boxes are ready for shipping, then boxes must all be simultaneously placed on a pallet located in the Regional Office breezeway (staging area for shipping), immediately secured and wrapped, to await shipping. If all 40 boxes are not immediately ready to place on a pallet, they must remain in the office assigned area or the designated work area until a total of 40 boxes are ready to be palleted, secured, and wrapped all at the same time, provided that the last pallet may be loaded with less than 40 boxes. 8) Due to on-going litigation, records pertaining to any litigation are not to be prepared for shipment. The provided Records Move Request will notate locations where litigation files will be located, including the specific rows to which the documents are located. Record litigation files will be identified on a separate inventory and Inactive Record Move Request for 2006 and be given to the program supervisor. 9) Further on-site direction may be obtained from the respective Branch Manager on what is not to be shipped. Further specifications are as follows: * Contractor shall furnish their own laptop(s), printer(s) and any additional computing accessories required to successfully perform the requirement. * Contractor(s) shall use space assigned within the Branch area. * Services will be completed in a controlled work environment. All records must be placed within an authorized and secured location at all times. * Contractor shall prepare a work accomplishment report for the Contract Specialist and LTRO Branch Manager. * Government Furnished Property: All materials and supplies such as tape, file folders, markers, boxes, pallets, shrink/stretch wrap, and basic office equipment, excluding laptops, printers and computing accessories, will be provided by the government. Supplies will be located in the LTRO's Conference Room (Contractor's Designated Work Area). * It is highly recommended that all interested Contractors request a site visit of the Southern Plains Region to personally assess the amount of inactive records to be prepared for shipment and verify the existence of the Government provided materials. Please contact Karinda Granger at karinda.granger@bia.gov or (405) 247-1530 or Brenasha Antuna at brenasha.antuna@bia.gov or (405) 247-1629 to schedule a site visit. Period of Performance: Each offeror shall submit their proposed delivery schedule and it will be used in the evaluation process. Work is to be performed during a regular eight (8) hour work day, commencing no earlier than 7:30 a.m. and ending no later than 4:30 p.m. The Contractor must adhere to the Federal schedule for holidays, time off due to inclement weather conditions, building closures, etc. Location: Bureau of Indian Affairs, Southern Plains Regional Office, 100 Riverside Drive, Anadarko, OK 73005 (Caddo County). PROVISION FAR 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS, applies to this acquisition. FAR 52.212-2 - EVALUATION - COMMERCIAL ITEMS (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: (I) Factor 1: Technical Capability (1.) The offeror shall submit their technical approach and demonstrated experience/evidence of ability to successfully perform the services. Submit information on qualified key personnel, such as the resume for the Project Manager. The Project Manager shall have at least two years of professional experience in Records Management Services in particular Indian Affairs Records Schedule and be onsite for the duration of the project. (ii) Factor 2: Proposed delivery schedule (1.) The offeror shall submit their proposed delivery schedule of when they shall successfully complete the records management project. (iii) Factor 3: Past Performance (1.) Past performance shall provide adequate information describing the offeror's previous experience in providing Records Management Services in particular Indian Affairs Records Schedule. The offeror shall also list at least two contracts performed in the past three years from issue date of this RFQ that are of the same magnitude and complexity of this project. In addition, the Government may solicit past performance on contracts not listed by the offeror. If an offeror does not have any past performance information to submit as the entity under which the offer is being submitted, then the offeror should submit past performance data identified above under which the offeror's key personnel have worked. The offeror's quote will be evaluated to determine the extent to which its past performance demonstrates the likelihood of successful performance. The evaluation will consider both the relevance and quality of past projects. The Government may choose to evaluate publicly available reports, and/or data from the Past Performance Information Retrieval System (PPIRS). The Government may use present and/or past performance data obtained from a variety of sources. The information gathered for past performance may also be used in the responsibility determination. (iv) Factor 4: Price Schedule Technical, proposed delivery schedule 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. FAR 52.212-3 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov . If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. FAR 52.212-4 - CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEM All terms and conditions identified under this FAR Clause are applicable to this Request for Quotation. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS and FAR 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (DEVIATION), applies to this acquisition. The clauses cited within this clause as indicated below are applicable: 52.203-19, 52.204-10, 52.209-6, 52.209-10, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-42, 52.222-50, 52.222-55, 52.222-62, 52.223-18, 52.224-3, 52.225-13, 52.232-33, 52.242-5, 52.233-3 and 52.233-4. FAR Clauses incorporated by reference: 52.204-7, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-20, 52.217-8, 52.223-6, 52.226-1, 52.228-5, 52.229-3, 52.232-1, 52.232-17, 52.232-25, 52.232-39, 52.232-40, 52.233-1, 52.237-1, 52.237-2, 52.243-1 Alt. 1, 52.246-4, 52.249-4, 52.249-8, 52.252-1 and 52.252-2. DIAR 1452.201-70 Authorities and delegations. As prescribed in section 1401.670-1, insert the following clause: Authorities and Delegations (SEP 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payme

Overview 
Reference number: 140A0318Q0054
Issue date: 04/25/2018
Response due: 05/11/2018 01:00 PM US/Eastern

Set Aside: Indian Small Business Economic Enterprises
NAICS: 561990-All Other Support Services
PSC / FSC: R499-SUPPORT- PROFESSIONAL: OTHER

Agency: DOI

Contracting office:

BIA SPRO 00003
100 NORTH RIVERSIDE DRIVE
Contracting Office
Anadarko, OK 73005-0368


Place of Performance:




Contact: Margie Robinson
Phone: (405) 247-1580
Fax: (405) 247-2244
Email: Margie.Robinson@bia.gov

Vendors conference:

Location:



Details:



What do I do now?
This is the opportunity summary page. To the left you will see a description and an overview of this opportunity. To the right you will see a list of the attached documentation. To view any of the attachments, simply click the attachment name.



Registered Users
To register interest in this opportunity or to electronically respond, you must first sign in. Click the Sign In button below.





Non Registered Users
You can view this or any other public opportunity. However, registered users have numerous added benefits including the ability to submit questions to the agency, receive emails concerning updates and amendments, create and manage a response team and submit responses directly through this site.

Becoming a registered user is fast, free and takes only a few minutes. To get started, click the Register Now button below.

  




Documentation 

© 2025 Unison Software, Inc. All rights reserved. Terms of Service and Use About FedConnect