Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2011 FBO #3542
SOLICITATION NOTICE

J -- Project Title: Repairing Freightliner Trucks

Notice Date
8/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation - GP-5000 316 North 26th Street Billings MT 59101
 
ZIP Code
59101
 
Solicitation Number
R12PS60012
 
Response Due
8/15/2011
 
Archive Date
8/3/2012
 
Point of Contact
Mike Walker Contracting Officer 4062477646 ;
 
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
Reclamation has a requirement for the establishment of a Blanket Purchase Agreement (BPA) for the period of October 1, 2011 through September 30, 2012. Bureau of Reclamation, Great Plains Regional Office has a requirement for repair of and parts for Freightliner Model M2112 trucks, to include work on vehicle computers. This document constitutes Reclamation's Request for Quotations (RFQ). Quotes are due August 15, 2011. Since exact types and quantities of the services required cannot be known in advance it is required that the vendor submit pricing (in the form of an hourly rate) for all services described in the list above. If you would like to be considered for a BPA please send pricing for services listed above. This RFQ is issued for full and open, unrestricted competition. The applicable North American Industry Classification System (NAICS) Code is 811111. The suspense date/time to respond to this RFQ is August 15, 2011 at 2:00 PM Mountain Time. Vendors are reminded they must be registered in the Central Contractor Registration and the Online Representations and Certifications Application to be considered for award. Vendors can register at www.ccr.gov and www.orca.bpn.gov respectively. You will need your Duns and Bradstreet number and banking information. Also, vendors submitting a quotation are reminded to include any and all information required by the provisions and clauses listed below and to submit their DUNS number. All responsible sources may submit a quotation which, if received timely, shall be considered. Quotations may be submitted electronically via fax or e-mail. For further information you may contact Michail Walker at mjwalker@usbr.gov, telephone number (406) 247-7646, or fax number (406) 247-7798. Please note, due to lack of sufficient allowable characters in this combined snyopsis/solicitation announcement, this solicitation incorporates the following wage determination by reference: WD 05-2317 (Rev.-11) was first posted on www.wdol.gov on 06/17/2011. This solicitation incorporates one or more solicitation provisions and/or clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a provision/clause may be accessed electronically at the following addresses: FAR provisions and clauses https://www.acquisition.gov/far/DOI provisions and clauses http://www.doi.gov/pam/aindex.htmlRAR provisions and clauses http://www.usbr.gov/mso/aamd/resources.html The following provisions and clauses are hereby incorporated by reference: 52.252-02CLAUSES INCORPORATED BY REFERENCE52.204-07Central Contractor Registration April 200852.212-04Contract Terms and Conditions--Commercial Items June 201052.252-01SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 52.212-05 CONTRACT TERMS AND CONDITIONS REQUIRED TO MAY 2011 IMPLEMENTS STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS52.204-10 Reporting Executive Compensation and First-Tier JUL 2010 Subcontract Awards 52.219-28 Post Award Small Business Program Representations APRIL 200952.222-3 Convict Labor JUNE 200352.222-19 Child Labor-Cooperation with Authorities and Remedies JUL 2010 52.222-21 Prohibition of Segregated Facilities FEB 199952.222-26 Equal Opportunity MAR 200752.222-36 Affirmative Action for Workers with Disabilities OCT 201052.223-18 Contractor Policy to Ban Text Messaging WhileDriving SEP 201052.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act JUNE 200952.225-3 A2 Alternate II JAN 200452.225-13 Restrictions on Certain Foregin Purchases June 200852.232-33 Payment by Electronic Funds Transfer-Central Contractor OCT 2003 Registration 52.212-03OFFEROR REPRESENTATIONS AND CERTIFICATIONS - MAY 2011 COMMERCIAL ITEMS 52.225-04BUY AMERICAN ACT - FREE TRADE AGREEMENTS - JUNE 2009 ISRAELI TRADE ACT CERTIFICATE 52.225-04 A2BUY AMERICAN ACT -FREE TRADE AGREEMENTS - JANUARY 2004 ISRAELI TRADE ACT CERTIFICATE - ALTERNATE II 52.252-01SOLICITATION PROVISIONS INCORPORATED BY REFERENCE52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran - September 2010 CertificationDIAPR 2000-1 NON-DISCRIMINATION NOTICE TO US DEPARTMENT OF THE JANUARY 2000 INTERIOR CONTRACTORS, SUBCONTRACTORS, AND LESSORS 52.225-13 Restrictions on Certain Foreign Purchases June 200852.232-33 Payment by Electronic Funds Transfer-Central Contractor OCT 2003 Registration52.222-41 Service Contract Act of 1965, as Amended NOV 20071452.215-71 USE AND DISCLOSURE OF PROPOSAL INFORMATION-- APRIL 1984 DEPARTMENT OF THE INTERIOR52.212-01 Instructions to Offerors--Commercial Items June 2008WBR 1452.223-82 PROTECTING FEDERAL EMPLOYEES AND THE PUBLIC DECEMBER 2009 FROM EXPOSURE TO TOBACCO SMOKE IN THE FEDERAL WORKPLACE -- BUREAU OF RECLAMATIONWBR 1452.211-80 NOTICE OF INTENT TO ACQUIRE METRIC PRODUCTS AND MARCH 1993 SERVICES --BUREAU OF RECLAMATIONWBR 1452.225-82 NOTICE OF WORLD TRADE ORGANIZATION GOVERNMENT MAY 2005 PROCUREMENT AGREEMENT EVALUATIONS--BUREAU OF RECLAMATION GP-1IDENTIFICATION OF CORRESPONDENCE NOVEMBER 2009 All correspondence between the Government and the Contractor concerned with matters concerning this contract shall be forwarded to the Contracting Officer at the following address: US Bureau of ReclamationAcquisition Services OfficeP.O. Box 36900Billings MT 59107-6900 ET 02-20AUTHORIZED WORKERS NOTICE TO POTENTIAL BUREAU OF RECLAMATION CONTRACTORSSEPTEMBER 2002 (a) Definitions. IRCA - Immigration Reform and Control Act of 1986INA - Immigration and Nationality ActINS - Immigration and Naturalization Service SSA - Social Security AdministrationINS SAVE Program - The INS Systematic Alien Verification for Entitlements ProgramESA - Employment Standards Administration (Department of Labor) (a) Authority. Immigration Reform and Control Act of 1986 (8 USC 1101 as amended) and the Immigration and Nationality Act, Section 274A. (b) Who is Covered. INA includes provisions addressing employment eligibility, employment verification, and nondiscrimination. These provisions apply to all employers, including government contractors. (c) Basic Provisions/Requirements. Under IRCA, employers may hire only persons who may legally work in the U.S., i.e., citizens and nationals of the U.S. and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). Employers must keep each I-9 on file for at least three years, or one year after employment ends, whichever is longer. Detailed guidance on the I-9 is available at the INS web site: http://www.uscis.gov/i-9 (d) Employment Verification Pilot Programs. The INS and the SSA are conducting the following programs that provide employers a way to confirm the employment eligibility of their newly hired employees. Any employer located in a pilot state may volunteer to participate in a pilot program. If employers are not located in a pilot state, they would verify employment eligibility by following the procedures currently in place, i.e., by completing Form I-9. (1) The Basic Pilot is a joint pilot being conducted by the INS and SSA in the States of California, Florida, Illinois, Nebraska, New York, and Texas. This pilot involves verification checks of the SSA and INS databases of all newly hired employees, regardless of citizenship. To receive information on the Basic Pilot program please call the INS SAVE Program toll free at 1-888-464-4218, or fax your request for information to (202) 514-9981, or write to USINS, SAVE Program, 425 I Street, NW, ULLICO Building 4th Floor, Washington, DC 20536. You may also contact the Social Security Administration by calling (410) 966-1940, or writing to Social Security Administration, Office of Program Benefits Policy, 6401 Security Blvd., 760 Altmeyer, Baltimore, MD 21235. (2) The INS is conducting the Citizen Attestation Pilot in the States of Arizona, Maryland, Massachusetts, Michigan, and Virginia. The Citizen Attestation Pilot permits participating employers to electronically verify the employment eligibility of newly hired alien employees by using a personal computer with a modem. To receive information on the Citizen Attestation Pilot program please call the INS SAVE Program toll free at 1-888-464-4218, or fax your request for information to (202) 514-9981. Employers may also write to US/INS, SAVE Program, 425 I Street, NW, ULLICO-4th Floor, Washington, DC 20536. (3) The INS and the SSA are conducting the Machine-Readable Document Pilot in the State of Iowa. The Machine-Readable Document Pilot is identical to the Basic Pilot in all respects, except for the geographic scope of the pilot and for one additional feature. If an employee presents an Iowa's driver's license or identification card containing a machine-readable SSN, the employer will make an inquiry through the confirmation system by using the machine-readable feature. To receive information on the Machine-Readable Document Pilot program please call the INS SAVE Program toll free at 1-888-464-4218, or fax your request for information to (202) 514-9981. You may also write to US/INS, SAVE Program, 425 I Street, NW, ULLICO-4th Floor, Washington, DC 20536. (e) Employee Rights. The INA protects U.S. citizens and aliens authorized to accept employment in the U.S. from discrimination in hiring or discharge on the basis of national origin and citizenship status. (f) Compliance Assistance. More detailed information, including copies of explanatory brochures and regulatory and interpretative materials, may be obtained from local offices of the Department of Labor's Employment Standards Division, Wage and Hour Division, and the Office of Federal Contract Compliance Programs. (g) Penalties/Sanctions. Employers who fail to complete and/or retain the I-9 forms are subject to penalties. The INS enforces the INA requirements on verification of employment eligibility. The Justice Department enforces the anti-discrimination provisions. As part of their ongoing enforcement efforts, the ESA's Wage and Hour Division and Office of Federal Contract Compliance Programs conduct inspections of the I-9 forms. They report their findings to the INS and to the Department of Justice when they find cases of disparate treatment or unauthorized employment. A debarring official may debar a contractor, based on a determination by the Attorney General of the United States, or designee, that the contractor is not in compliance with the INA. The Attorney General's determination is not reviewable in the debarment proceedings I.352.222-42STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES MAY 1989 In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee ClassMonetary Wage-Fringe Benefits Heavy Mobile Equipment Mechanic 11/2 ($26.95) NOTIFICATION TO ALL CONTRACTORSNotification to all Contractors The disclosure of U.S. Government documents by third parties can result in damage to our national security. Each contractor is obligated to protect classified information pursuant to all applicable laws and to use Government information technology systems in accordance with agency procedures so that the integrity of such systems is not compromised. Unauthorized disclosures of classified documents (whether in print, on a blog, or on websites) do not alter the documents' classified status or automatically result in declassification of the documents. To the contrary, classified information, whether or not already posted on public websites or disclosed to the media, remains classified, and must be treated as such by Federal employees and contractors, until it is declassified by an appropriate U.S. Government authority. Executive Order 13526, Classified National Security Information (December 29, 2009), Section 1.1.(c) states, "Classified Information shall not be declassified automatically as a result of any unauthorized disclosure of identical or similar information." Although the Department has taken steps to secure access to publicly published classified materials from Departmental computers, it is important to understand our continuing duties and responsibilities in this regard. Contractors therefore are reminded of the following obligations with respect to the treatment of classified information and the use of non-classified government information technology systems: Except as authorized by their agencies and pursuant to agency procedures, contractors shall not, while using Government issued computers or other devices (such as Blackberries or Smart Phones) access the web on non-classified Government systems, access documents that are marked classified (including classified documents made publicly available by a third party), as doing so risks that material still classified will be placed onto non-classified systems. This requirement applies to access that occurs either through agency or contractor computers, or through employees' or contractors' personally owned computers that access non-classified Government systems. This requirement does not restrict contractor access to non-classified, publicly available news reports (and other non-classified material) that may in turn discuss classified material, as distinguished from access to underlying documents that themselves are marked classified (including if the underlying classified documents are available on public Web sites or otherwise in the public domain). Contractors shall not access classified material unless a favorable determination of the person's eligibility for access has been made by an agency head or the agency head's designee, the person has signed and approved non-disclosure agreement, the person has a need to know the information, and the person has received contemporaneous training on the proper safeguarding of classified information and on the criminal, civil, and administrative sanctions that may be imposed on an individual who fails to protect classified information from unauthorized disclosure. Classified information shall not be removed from official premises or disclosed without proper authorization. Contractors who believe they may have inadvertently accessed or downloaded classified or sensitive information on computers that access the web via non-classified government systems, or without prior authorization, should contact their Contracting Officer immediately. Thank you for your cooperation, and for your vigilance to these responsibilities. If you have any questions regarding handling classified documents, or the blocking of access to sites which have inappropriately posted classified materials, please contact your Contracting Officer. It will be the Contracting Officer's responsibility to contact the appropriate Government personnel regarding these matters. GP-20TAXPAYER IDENTIFICATION AND DATA UNIVERSAL NUMBERING SYSTEM JANUARY 2005 The contractor shall submit with their offer the following information: Taxpayer Identification Number: ____________________________ Data Universal Numbering System: __________________________ If a contractor does not have a DUNS number, they may obtain one by calling Dun and Bradstreet at 1-866-705-5711. GPS-K.1REFERENCES (GREAT PLAINS) JULY 2000 The bidder shall list three Federal Government clients for whom it has performed similar supplies or services in the past three years. If the bidder cannot furnish any Federal clients, it should list other clients. Include names, addresses, telephone numbers, and contract numbers. 1. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ 2.______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ 3.______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ M.1GPS-M.1 GPS-M.1BASIS FOR AWARDDECEMBER 1998 (a) The contract will be awarded to that responsible bidder whose bid conforms to the essential requirements of the solicitation and is the most advantageous price to the Government. (b) The Government reserves the right to reject any or all bids and to waive informalities and minor irregularities in bids received. (c) In accordance with FAR 9.105-1, the Contracting Officer may request a bidder to provide detailed information relating to his responsibility and, as necessary, to the responsibility of his proposed subcontractors. The Contracting Officer expressly reserves the right to reject the bid of any bidder determines to be nonresponsible.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b4b1a553f378e88d501fa43dc3c8f01d)
 
Place of Performance
Address: Billings, Montana (Yellowstone County)
Zip Code: 59102
 
Record
SN02521738-W 20110806/110804234925-b4b1a553f378e88d501fa43dc3c8f01d (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.