Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2009 FBO #2861
SOLICITATION NOTICE

24 -- RECOVERY - MELTOR APPLICATOR/CRACK SEALER - NAVAJO

Notice Date
9/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305
 
ZIP Code
87305
 
Solicitation Number
RA000909052
 
Response Due
9/24/2009
 
Archive Date
9/22/2010
 
Point of Contact
Lynelle Benallie Contract Specialist 5058638404 lynelle.benallie@bia.gov;
 
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
N/A
 
Description
RECOVERY - This procurement will be firm-fixed price and is funded in whole by the American Recovery and Reinvestment Act (ARRA) of 2009 is subject to reporting requirements of the Act. TAS No. 149/02302. PCAS No. N367801K. The Bureau of Indian Affairs (BIA) is soliciting offers to procure a Meltor Applicator/Crack Sealer. 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. Solicitation No. RA000909052 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 2005-35. The solicitation is unrestricted and is solicited on an open market basis. The Bureau of Indian Affairs is issuing this RFQ to procure an EZ Series II 1000 Meltor applicator/crack sealer equipped with the following options: > 2" Sealant Pump > Corrosive Resistant Tank jacket > Two Part Epoxy Paint > One Piece Frame constructiona) Material Capacity: 265 gals./ 1000 literb) Gross Weight: 7,753 lbs/3,526 kg. - Approx.c) Heat transfer Oil: 33.5 gal/ 126.8 literd) Tank Construction: Double boiler w/center columne) Tank Opening: 14"x18" /355.6 mm x 457.2 mmf) Loading Height: 56.0 in. / 143.5 cmg) Heat Input: 290,000 Btuh) Diesel Fuel Capacity: 30 Gal. / 113.5 literi) Hydraylic oil capacity: 24 gal. 90.8 literj) Engine Standard: three cyl. isuzi mod 3CBI 25.4 BHP @ 3000 RPMk) Engine Option (w/compressor): Three cyl. Isuzi Mod 3DBI 33 BHP @3000 l) Axel Capacity: Dual 5,200 lb./Torsionalm) Tires: ST255/75R15n) Air Compresor (Optional)o) Surface Area - Material Tank: 7,406 square inch 47,780 square cmp) Surface Area - Oil Tank: 7,676 square inch 49,522 square cmq) Ratio of Tank Surface Area: 104.1r) Controls: digitals) Control Location: Rear Control Station t) Hose Style: Standard or Electricu) Wand Style: Standard or Electricv) Hose Compartment: yesw) Material Recirculation: Yes thru shoe boxx) Boom: Sliding Bearingy) Burner Box: Removable From Side Note: The items shown on the RFQ have been taken from (Pavement Sealant & Supply) and are for identification purposes only. The items the vendor has to offer are to be the same as or equal to the item references. CONTRACT 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, FAR 52.203-15 - Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009, FAR 52.204-11 - American Recovery and Reinvestment Act-Reporting Requirements. 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). 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; FAR 52.211-6, Brand Name or Equal; and DIAR 1452.210-70 Brand Name or Equal. The Federal Acquisition Regulations clauses and provisions are available on the Internet at: http://www.arnet.gov/far or may be requested from the Contracting Officer. Signed and dated quotes, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, are due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Lynelle Benallie, P. O. Box 1060, Gallup, New Mexico 87305 by close of business (4:30 p.m. local time), September 24, 2009. Physical address: 301 W. Hill Ave., Room No. 346, Gallup, NM 87301. Quotes submitted by facsimile and email will be accepted. Any further questions regarding this announcement may be directed to Lynelle Benallie, Contract Specialist, at (505) 863-8404, by fax at (505) 863-8382 or by email at lynelle.benallie@bia.gov. Award will be made at a fair and reasonable price to the responsive and responsible offeror whose offer conforms to the requirements herein, and will be the most advantageous to the Government, price and other factors considered. All contractors submitting quotes must be registered in the Central Contractor Registration (CCR) in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the CCR, go to: http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RA000909052/listing.html)
 
Place of Performance
Address: FARMINGTON, NM
Zip Code: 87401
 
Record
SN01964679-W 20090924/090923000149-3f61d8d871fb2f90dd04b2121e7e256e (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.