Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2009 FBO #2850
SOLICITATION NOTICE

38 -- Bureau of Indian Affairs, Missoula, MT has a requirement to procure truck flatbeds -Acquisition is 100% set-aside for Native American contractors.

Notice Date
9/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - National Interagency Fire Center 3833 S. Development Avenue Boise ID 83705
 
ZIP Code
83705
 
Solicitation Number
9K00441620B
 
Response Due
9/18/2009
 
Archive Date
9/11/2010
 
Point of Contact
Michelle Cruz-Salum Acquisition Management 2083875566 ;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
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 notice and is issued as a Request for Quotation (RFQ) 9K00441620B. Acquisition is 100% set-aside for Native American contractors who are members of federally-recognized Indian tribes as authorized by the Buy Indian Act (25 USC 47). The Indian firm shall submit a current and complete Representation Declaration, self-certification of Buy-Indian eligibility, form, as being at least 51% Indian owned. The certification is required to be considered an eligible Indian pursuant to the Buy-Indian Act, 25 U.S.C. 47. NAICS code is 336211 and the small business size standard is 1,000 employees or less. Award will be made based on the lowest price technically acceptable and will be a single award all or none basis. Any contract resulting from this solicitation will be firm-fixed price. It is estimated that award will be made on or before September 30, 2009. Prior to Award of a contract, vendors must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov. The Bureau of Indian Affairs, Missoula, MT has a requirement to procure truck flatbeds. Contractor shall provide all supplies and materials to include installation on Type 6 Model 52 Wildland Fire Engine Trucks for the Model 52 Program located in Missoula, MT. The following items shall follow or be equal to the salient characteristics listed on the solicitation. Vendors proposing OR Equal Items MUST submit product literature (brochures, documentation, etc.) detailing the effectiveness and comparability of the OR Equal item(s) being offered to the items being acquired in this solicitation. CLIN 0001 - Quantity and Unit of Measure is sixteen (16) each. The Flatbeds will be installed by the vendor on supplied Ford F-550 17,500 Gross Vehicle Weight Rating (GVWR) Cab & Chassis only. All cab & chassis are available at the Model 52 facility in Missoula, MT. Truck Flatbed Specifications: Steel flatbeds, L 9' 6" x W 96" 4" sq tubing headache rack (tapered headache rack shall fit the shape of the cab), 14 ga. protector expanded metal window guard 1/8" steel treadplate on deck4" cc cross sills on 12" centers6" cc long sills5" cc sidesMudflaps and all required lighting per FMVSS 108ICC compliant rear bumper 4" cc3 underdeck hose carriers, 4" dia. pvc 9' lengths w/secure end capSpare tire carrier w/locking mechanism, mounted on passenger side under bedBack up alarmVendor to mount flatbed to truck- Powdercoat black Described Flatbeds will be installed/mounted by vendor to a provided incomplete vehicle cab & chassis (no bed on truck). This includes the mounting of the flatbed, bolting it onto the chassis with brackets, grounding the flatbed to the chassis, wiring in the lights, side markers, taillights, back up alarm and mud flaps. The vendor will attach a Final Stage Manufacturer Certificate required by the NHTSA (National Highway Traffic Safety Administration) after installation of flatbed. Delivery: Delivery shall be Freight-On-Board (FOB) to the Bureau of Indian Affairs, Aerial Fire Depot/BIA Model 52 Wildland Engine Program, Northwest Center, 5765 W. Broadway, Missoula, Montana 59808. All flatbeds are estimated to be delivered approximately 240 days After Receipt of Order. Inspection and Acceptance is at destination. QUESTIONS: Please direct any technical or contractual questions regarding this solicitation to Michelle_Cruz_Salum@nifc.gov. If you are submitting any drawings or specifications, for review, please submit a copy to the Contracting Officer. Proposed responders must submit any drawings or questions in writing via email before 15 September 2009, 4:30 p.m. to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered. Responders shall reference solicitation number in the subject line of email. CLOSING DATE FOR RECEIPT OF QUOTATIONS: Prior to Award of a contract, vendors must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov. CLOSING DATE FOR RECEIPT OF QUOTATIONS IS SEPTEMBER 18, 2009 at 4:30 p.m. MST. Solicitation packages are to be e-mailed to Michelle_Cruz_Salum@nifc.gov. Quotes not received by the due date and time will not be considered. Please reference solicitation number 9K00441620B in the subject line of email and quote. INSTRUCTION TO OFFERORS: Offerors shall submit only one quote. Provide an original and one copy of all paper documents required to be submitted by the offeror. Offeror shall submit the following:a. Solicitation/Contract/Order for Commercial Items (SF 1449) and all Amendments (SF 30) of solicitation signed by a corporate officer authorized to negotiate for the company.b. Contract Line Item Numbers (CLINS) unit price, total cost and aggregate total. c. Current and complete Representation Declaration, self-certification of Buy-Indian eligibility, form. 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: Capability of the item to meet the requirement, past performance and price. Technical capability and past performance, when combined, are approximately equal to price. The following clauses and provisions apply to this acquisition: Contractors must be actively registered in the Central Contractor Registration (CCR) to be eligible for award. Register at www.ccr.gov. The vendor must be ORCA certified at https://orca.bpn.gov/. Award will be made to the lowest offeror whose tanks and installation time meets the Governments minimum needs. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items, and 52.212-3 Offeror Representations and Certifications Commercial Items applies to this acquisition. Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items applies to this acquisition. Clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items applies to this acquisition to include the following FAR clauses: 52.219-6 Notice of Total Small Business Set Aside, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-39 Notification of Employees Rights Concerning Payment of Union Dues or Fees, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, 52.233-3 Protest After Award, and 52.233-4 Applicable Law for Breach of Contract Claim. NOTICE TO OFFERORS: The Government shall not be liable for any fees or expenses that are incurred or associated with the preparation of your quotation. Quotes submitted in response to this solicitation must remain valid until 30 Sep 2009 to be considered. No partial bids will be accepted. New equipment ONLY, NO remanufactured products. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/9K00441620B/listing.html)
 
Place of Performance
Address: Delivery shall be Freight-On-Board (FOB) to the Bureau of Indian Affairs, Aerial Fire Depot/BIA Model 52 Wildland Engine Program, Northwest Center, 5765 W. Broadway, Missoula, Montana 59808.
Zip Code: 59808
 
Record
SN01951227-W 20090913/090912001559-9fe9c7c884cd56f244d29e34dd72ad24 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.