Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2010 FBO #3015
SOLICITATION NOTICE

38 -- RECOVERY - DUMP TRUCK/INTERNATIONAL DIAMOND SPEC 7600 "OR EQUAL"

Notice Date
2/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - Pacific Regional Office 2800 Cottage Way, Rm W-2820 Sacramento CA 95825
 
ZIP Code
95825
 
Solicitation Number
RA001310004
 
Response Due
3/12/2010
 
Archive Date
2/23/2011
 
Point of Contact
Jodi Zachary Contract Specialist 9169786025 jodi.zachary@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
Total Small Business
 
Description
RECOVERY ACT -- The Bureau of Indian Affairs, Pacific Region has set-aside this requirement for Total Small Businesses to provide (1) International Diamond SPEC 7600 Dump Truck "OR EQUAL". 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; quotations are being requested and a written solicitation will not be issued. Solicitation number RA001310004, is issued as a Request for Quotation (RFQ) in accordance with FAR Parts 12 & 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. All responsible sources may submit a quotation which shall be considered. The project magnitude is between $75,000 and $150,000. Award will be made on an all or none basis. The Government will award a firm fixed purchase order. This solicitation is funded by American Recovery and Reinvestment Act of 2009 (ARRA), Public Law 111-5; and the contractor shall comply with ARRA statute and all applicable laws, regulations, provisions, policies, procedures, reporting and clauses, including but not limited to meeting the requirements of Sec. 1512 of the ARRA and other accountability and transparency conditions. REQUEST FOR QUOTES: The Request for Quote MUST include: 1) A detailed cost, showing options and specifications quoted, and other cost components; 2) A separate line for federal excise taxes (if applicable) 2) A separate line for fuel surcharges (if applicable) 3) Lead time; 4) Delivery FOB Destination to zip code 95835 5). FAR 52.212-3, Representations and Certifications and 6) Quotes will be submitted in writing, dated and signed by an individual with the authority to bind their respective company. CONTRACT LINE ITEMS: 0001 - (1) International Diamond SPEC 7600 Dump Truck "OR EQUAL" with the following minimum options: Air operated latches @ tailgate; Spreader apron with chains; Manual Pull Tarp; Ditch Gate; Pintle Hitch & Plate D rings and connections; Steps & hidden ladder (1); Frame mounted box; ENGINE, DIESEL: International MaxxForce 13 {410 HP@2100RPM}; TRANSMISSION, MANUAL: {Fuller RTLO (F)-1693A} 13 Speed Manual; with Double Overdrive, with Air Shift and Internal Lube Oil Pump; CLUTCH: {Eaton Fuller EP1552} Easy-Pedal Plus, Two-Plate, Cast Angle Spring; Ceramic, 15.5" Diameter, Soft Clutch 7-Spring Damper, Mechanical Pull-Type Control, with Kwik-Adjust(Manual) Feature, 1700 lb-ft Torque Capacity. 1 ea @ = ______________________ TOTAL= _______________________ AWARD: The Government will award to the lowest priced offeror, whose quote conforming to the requirements herein, is most advantageous to the Government. The factors used to evaluate offers will be (i) Price and (ii) Meeting minimum options required on dump truck. To be awarded this contract, the quoter must be registered in the CCR. CCR information may be found at http://www.ccr.gov. Awardee must also be registered in Federal Reporting at www.federalreporting.gov. The following provision apply to this acquisition, FAR 52.212-1, Instructions to Offerors-Commercial Items, an addendum to this provision is applicable, in which the term offeror, whenever it appears, shall be replaced with the term quoter; FAR 52.212-2 Evaluation-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, along with a DUNS Number; FAR 52.212-4, Contract Terms and Conditions-Commercial Items not including any addenda; FAR clause 52.212-5 (ALT II), Contract Terms and Conditions Required to Implement Statures or Executive Orders, Commercial Items; The following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-15, 52.204-11, 52.219-6, 52.222-03, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1 and 52.232-33. The complete text of the Federal Acquisition Regulation (FAR) can be accessed at http://www.arnet.gov/far/. The North American Industry classification (NAICS) code is 423810 and the business size maximum is 100 employees. Quotations are due no later than 2:00 pm PST, March 12, 2010 at the Bureau of Indian Affairs, Pacific Region Acquisitions Office, 2800 Cottage Way, Sacramento, CA 95825. Mailed and emailed quotations are acceptable. Contractors shall confirm quotes were received by closing date and time. Faxed quotations will not be accepted. Please direct all questions in writing to the Contract Specialist, Ms. Jodi R. Zachary, (916) 978-6025, email: jodi.zachary@bia.gov. Quotations received late or with incomplete provisions may be deemed non-responsive and not considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RA001310004/listing.html)
 
Place of Performance
Address: SACRAMENTO, CA
Zip Code: 95825
 
Record
SN02072519-W 20100225/100223234943-bb62fff77450e9e51b03d33b573c4f51 (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.