Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2010 FBO #3189
SOLICITATION NOTICE

25 -- Model 52 Wildland Fire Engine Program - packages for the refurbishment projects - Cargo Tool Boxes

Notice Date
8/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - National Interagency Fire Center 3833 S. Development Avenue Boise ID 83705
 
ZIP Code
83705
 
Solicitation Number
RMK00100089
 
Response Due
9/6/2010
 
Archive Date
8/16/2011
 
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
Solicitation number RMK00100089 is issued as a Request for Quote (RFQ). 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. Interested parties are responsible for monitoring this website to ensure that they have the most up-to-date information about this acquisition and comply with the instructions provided. This acquisition is 100% set aside for small business; the North American Industry Classification System (NAICS) code is 332439 and the small business size standard is 500 employees or less. The National Interagency Fire Center, Bureau of Indian Affairs (BIA) has a requirement to procure Cargo Tool Boxes. The requested items will be used to refurbish Model 52 Wildland Fire Engines. The Model 52 Wildland Fire Engine is used to extinguish forest and range fires for the Bureau of Indian Affairs. The BIA Wildland Fire Engines have to be inspected and rebuilt every 5 to 6 years because of hard use. Fire fighter safety or the end user of the Model 52 Wildland Fire Engine is a primary concern of the BIA NIFC Model 52 Wildland Engine Programs. Requested items will be used to retrofit Wildland Fire Apparatus for the Bureau of Indian Affairs. A process whereby an older fire package is completely overhauled, rebuilt, or installed with new or modified parts or equipment not available or considered necessary at the time of manufacture to meet a specification standard. Special maintenance performed mid cycle in the service life of a fire vehicle, including water tank maintenance or renovation, rebuilding a pump and plumbing system. The contractor shall supply all items in accordance with solicitation and shall meet or exceed requirements of National Fire Protection Association (NFPA) 1901 Standard for Automotive Fire Apparatus and terms and conditions of the contract. BIA intends to award a Firm Fixed Price Contract for the contract for the contract line item number(s) (CLINs) listed, below. CLIN 0001 - Cargo Tool Boxes per specifications, Right SideUnit: setQuantity: 171 set consists of two (2) cargo tool boxes - right side CLIN 0002 - Cargo Tool Boxes per specifications, Left SideUnit: setQuantity: 171 set consists of two (2) cargo tool boxes - left side Total Number of Tool boxes required will equal 68 DELIVERY REQUIREMENTS: Shipping terms will be FOB Destination with inspection and acceptance at destination. Offerors shall include all shipping costs in their offer. Delivery shall be coordinated with the Bureau of Indian Affairs, Model 52 Wildland Engine Program, Northwest Center and shall be delivered to the Bureau of Indian Affairs, Model 52 Wildland Engine Program, Northwest Center, Missoula Technology Development Center (MTDC), 5785 Highway 10 West, Missoula, Montana 59808. Delivery times for the location, above, shall be between 8:00 a.m. to 4:00 p.m. Monday through Friday. If delivery is after 4:00 p.m. arrangements must be made with the Program. QUESTIONS: Information, questions and drawing are available only via an e-mail request to the following Michelle.CruzSalum@bia.gov. Requests for drawing available only via e-mail request to Chester.Gladstone@bia.gov with a copy to Michelle.CruzSalum@bia.gov. No telephonic requests for information will be honored or accepted. Interested parties are responsible for monitoring this website and meeting the deadlines, below. All e-mail requests shall include solicitation number RMK00100089 and short description of item in the subject line. In order to reasonably expect a response by the Government the deadline for submission of questions in regards to this solicitation is August 27, 2010, 12:00 P.M. Mountain Standard Time (MST). Those questions not received within the prescribed date will not be considered. No exceptions. AMENDMENTS: Answers to any questions will be posted as an amendment to the solicitation. Potential offerors are hereby notified that subsequent amendments to the solicitation and related future information will be distributed solely through this website and will only be available by downloading the documents at the Federal Business Opportunities Website at http://www.fbo.gov or National Business Center Interior Electronic Acquisition System-Electronic Commerce Website at http://www.nbc.gov. This office will not issue hard (paper) copy solicitations or amendments. The offeror shall be responsible for downloading and submitting the amendments with their package. No further notice will be posted on Fedbizopps. SUBMISSION OF OFFERS: By submitting a quote, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. Your offer shall include the following: (a) Quotes shall be submitted on the Standard Form 1449 (SF-1449) and shall include the company name, point of contact, address, phone number, fax number, and DUNS number. (b) Quote shall include quantity, unit, unit price, total cost of all the Contract Line Item Numbers (CLINS) and any prompt payment discount terms. Quotes submitted in response to this solicitation must remain valid for 30 days after closing date of this solicitation. No partial bids will be accepted, and therefore will not be considered. (c) Vendor is responsible for submitting any amendments to this solicitation with their package. All quotes and amendments (SF 30) of the solicitation shall be signed by an individual with the authority to bind their respective company. (d) Offerors must be registered in the Central Contractor Registration (CCR) database located at http://www.ccr.gov prior to any contract award or will be ineligible for award. Contractors are required to be registered with the Online Representations and Certifications Application (ORCA). Interested vendors who are already registered in the Online Representation and Certifications Application (ORCA) website (https://orca.bpn.gov) may not need to re-accomplish FAR 52.212-3, but SHALL identify their ORCA registration in the quote or Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications Commercial, with its offer. FAR 52.212-3 can be downloaded from the Internet: http://farsite.hill.af.mil/. SUBMISSION OF OFFERS DEADLINE: Only offers submitted by e-mail or facsimile will be accepted. Offerors shall submit only one (1) quote and shall select one (1) delivery method either by e-mail or fax. Quotes must be delivered electronically to the following address: Michelle_Cruz_Salum@bia.gov. Offeror shall include the solicitation number and short description of item in the subject line of the e-mail. Facsimile quotes will be accepted at (208) 433-6543 with a cover letter to include the number of pages faxed, the solicitation number and short description of item. Regardless of the quote delivery method, quotes must be dated and received no later than September 6, 2010 12:00 p.m., Mountain Standard Time. LATE SUBMISSIONS: Quotes received after the exact time specified for receipt of quotes WILL NOT be considered. It is the contractor's responsibility to verify that their submission was received in the Contracting Office by the due date and time specified. NOTE: The Government shall not be liable for any fees or expenses that are incurred or associated with the preparation of your quotation. 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. AWARD: Award will be a single award all or none basis. The Government contemplates award of a firm fixed price contract and will be made at a fair and reasonable price to the responsive and responsible offeror whose offer conforming to the requirements herein will be the most advantageous to the Government. Offerors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (FAR) Clause 52.212-1, Instructions to Offeror-Commercial Items. The provision "52.212-2, Evaluation-Commercial Items", applies to this acquisition. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary. The Government reserves the right to award to other than the lowest offeror. To be eligible for an award, vendor registration in the Central Contractor Registration (www.ccr.gov) Database is mandatory. Award will be posted on the Federal Business Opportunities Website at http://www.fbo.gov. CONTRACT CLAUSES: The following clauses apply to this acquisition: 52.212-1, Instructions to Offerors Commercial Items; 52.212-3, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.219-28, Post Award Small Business Program Representation (Apr 2009); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (Jul 2010); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.225-1, Buy American Act Supplies (Feb 2009); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003); 52.232-36, Payment by Third Party (May 1999); 52.229-3, Federal, State, and Local Taxes (April 2003); and 52.232-18, Availability of Funds (April 1984); 52.222-41, Brand Name or Equal. The following Department of Interior provisions and clauses apply to this solicitation: DIAR 1452-70, Release of Claims -Department of the Interior.1452.21070, Brand Name or Equal -Department of the Interior.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RMK00100089/listing.html)
 
Place of Performance
Address: Bureau of Indian Affairs, Model 52 Wildland Engine Program, Northwest Center, Missoula Technology Development Center (MTDC), 5785 Highway 10 West, Missoula, Montana 59808
Zip Code: 59808
 
Record
SN02241738-W 20100818/100816234726-d40cc193c5489e2b8a10f90291528595 (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.