Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2010 FBO #3070
SOLICITATION NOTICE

23 -- RECOVERY - Two (2) Viking Lowboy Trailer Model No: 16F55T

Notice Date
4/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - Navajo Regional Office Division of TransportationForce Account/CHEUP.O. Box 1983 Farmington NM 87499
 
ZIP Code
87499
 
Solicitation Number
RA000910138
 
Response Due
4/23/2010
 
Archive Date
4/19/2011
 
Point of Contact
Mary Jim Contract Specialist 5058638257 ;
 
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 and is subject to reporting requirements of the Act. TAS No. 149/02302. Project No.: N327808E; N367809M; AND RN00372 10 156. RECOVERY: THIS IS AN AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) PROCUREMENT: In compliance with the transparency and accountability requirements associated with the supplemental appropriations provided by the American Recovery and Re-Investment Act of 2009, Pub. Law 111-5, The Bureau of Indian Affairs, Navajo Regional Office, Division of Transportation, Force Account Section, Farmington, NM, is soliciting quotes for two (2) Viking Lowboy Trailer. *******************Special Recovery Reporting Requirements**********************The Contractor shall register and report all project information as listed in FAR PART 52.204-11, using the online reporting tool available at www.federalreporting.gov. Cumulative reporting to www.federalreporting.gov will begin with the January 10th reporting deadline. Contractors must check this online site often for updates and monitor finalization of the interim rule published in the Federal Register at 74 FR 14639. Failure on the part of the Contractor to provide, maintain, and report the required reporting and special reporting information as required by FAR 52.204-11 to BIA Contracting Officer within specified days following award AND/OR report information to www.federalreporting.gov shall constitute a material breach of the contract upon which BIA may immediately terminate a resultant contract for cause. A fixed price contract with estimated quantities will be awarded. Receipt of award is contingent on contractor meeting the requirements of ARRA reporting. Contractor must be registered with both the Central Contractor Registration (CCR) at ccr.gov and Federal Reporting at www.federalreporting.gov websites in order to receive any ARRA funded award from the Federal Government. The Bureau of Indian Affairs (BIA) is soliciting offers to procure a distributor truck. 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. RA000910138 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 2005-38. The associated North American Industrial Classification System (NAICS) code for this procurement is 423830. The solicitation is unrestricted and is solicited on an open market basis. The Bureau of Indian Affairs is issuing this RFQ to procure two (2), Viking 16F55T Lowboy Trailer, specifications are listed below: SPECIFICATIONS: Type: Lowboy; Length: 48 feet; Width: 102 inch; Front Deck: 11 inch; Rear Deck: 30 inch; Dove Tail: 5 feet; GVWR: 122,000 lbs; Rear Ramps: 6 feet electric/hydraulic; Main Frame: 16 inch fabricated with ??x6? under neck and 5/8?x5? welded main frame full length; Cross members: #10 welded on 18 inch c-c; Traction Cleats: Welded to ramp and floor over suspension; Suspension: Fixed, Watson Chalin spring beam; Axle Capacity: Tri Axle, rated 25,000 lbs; Wheels: Steel; Tires 255R22.5 Tire; Floors: 2 inch Oak Hard Wood; Ground to Bottom trailer frame: 23 inch ground clearance; Landing Gear: Two (2) Speed; 1 Year (12 month) Warranty; Total Price shall include Delivery, FOB to Block 8 Shop, Farmington, NM and all applicable sales taxes. NOTE: The item description/specifications shown on the RFQ have been taken from Bruckner's and are for identification purposes only. The items the vendor has to offer are to be the same as or equal to the items references. Item Description Qty Unit Unit Total Measure Price 1. Viking Lowboy Trailer Model No: 16F55T 2 Each $_______ $_______ 2. Warranty 1 Each $_______ $_______ 3. Freight 1 Job $_______ $_______ Total Cost $______________ Any Technical Questions regarding this announcement may be directed to Danny Peshlakai (505) 488-3461or Joe Peterman at (505) 488-8609. DELIVERY: FOB Destination shall be BIA, DOT, Force Account Section, Farmington, NM. 8 miles south of Farmington, NM, on Highway 371 and N3003 Junction, Block six. 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); 52.215-02, Audit and Record - Negotiation, American Recovery and Reinvestment Act of 2009; 52.222-3,. 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.acquisition.gov/far or may be requested from the Contracting Officer. Due to the urgency of the requirement, the response time for quotes due is quick. Suppliers / vendors qualified to deliver Two (2) Viking Lowboy Trailer Model No: 16F55T "or equal" are encouraged to submit a signed and dated quote, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, DUNS Number, proof of contractor's registration in www.federalreporting.gov, www.ccr.gov, to the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Mary J. Jim, P. O. Box 1060, Gallup, New Mexico 87305 by close of business (4:30 p.m. local time), April 23, 2010. 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 Mary J. Jim, Contract Specialist, at (505) 863-8257, by fax at (505) 863-8382 or by email at mary.jim2@bia.gov. Award will be made to the lowest priced offeror, whose quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. All suppliers / vendors 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/RA000910138/listing.html)
 
Place of Performance
Address: BIA, Navajo, DOT, Force Account Section7 Miles South of Farmington, NMOn HWY 371 @ N3003
Zip Code: 87499
 
Record
SN02125243-W 20100421/100419234337-b4d4eb898ca63a690941d8735b677a37 (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.