Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
SOLICITATION NOTICE

38 -- ROLLER/PACKER ATTACHMENT

Notice Date
8/10/2011
 
Notice Type
Presolicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
BLM OR-ST OFC PROC MGMT BR(OR952)333 SW 1ST AVENUEPORTLANDOR97204US
 
ZIP Code
00000
 
Solicitation Number
L11PS01128
 
Response Due
8/22/2011
 
Archive Date
9/21/2011
 
Point of Contact
Richard P. Dandasan
 
E-Mail Address
richard.dandasan@blm.gov - 503-808-6220
(rdandasa@blm.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 L11PS01128 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-53. All responsible sources may submit a quote which will be considered. The associated North American Industrial Classification Systems (NAICS) code for this procurement is 333120 with an associated small business size standard of 750 employees. This solicitation is set-aside for Small Business. The Bureau of Land Management has a requirement to procure ONE WR90 OSCLILLATOR SERIES 3 WALK 'N' ROLL PACKER/ROLLER or EQUAL. The SPECIFICATIONS are: 1) 90" packing width. 2) Heavy 12" X 6" single beam main frame with high arch gooseneck. 3) Six heavy duty independent walking beams 4) 2" X 12" hardened steel pivot pins 5) Five inches of bushing 6) Twelve easy access 7.50 X 15 smooth roller tires 7) Individual 6,000 lb. hubs. 8) Six easy to reach grease zerks 9) Machine weight not to exceed 3,500 lbs. 11) Two tires must only leave the road surface when unit encounters an object 12) The roller/packer must be compatible with 1994 John Deere 672G Motor Grader 13) Dealer support information to get the warranty work and repairs done. This will be a firm fixed-price contract with the Bureau of Land Management, 333 S.W. 1st Avenue, Portland, OR 97204. EVALUATION FACTORS FOR AWARD - Award will be made on an all or none basis to the responsible firm whose quote is most advantageous to the Government based on lowest price technically acceptable. The Government may reject any or all quotes, issue orders to other than the lowest quote, and waive minor informalities or irregularities in quotes received. If necessary, the Government may conduct discussions with any or all quoters. QUOTATIONS SHALL INCLUDE: 1) Unit price per item and Total Amount., 2) Packer/ Roller Specifications 3) Dealer support information to get the warranty work and repairs done. 4) FAR provision 52.212-3 Offeror Representations and Certifications-- Commercial Items. (See below). 5) Quoters shall submit signed and dated quotes on letterhead stationery or SF-1449, identifying any payment discount terms. SHIPPING AND DELIVERY: Delivery shall be standard commercial practice and in a manner that will insure arrival at destination in a satisfactory condition and be acceptable to the carrier for safe transportation at the most economical rate F.O.B. to the Bureau of Land Management. Product shall not be delivered on Saturday, Sunday, or federal holidays. Delivery location is at Bureau of Land Management, Prineville District Office, 3050 NE 3rd St., Prineville, OR 97754-2900 ESTIMATED DELIVERY: 12/01/2011 Days after receipt of order ACCEPTANCE: Final inspection and acceptance will be made by the Government at the place of delivery. 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998). This contract incorporates one or more 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far, http://www.doi.gov/pam/aindex.html. 52.247-34 F.O.B Destination (NOV 1991), 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, (DEC 2010), 52.203-3, Gratuities (APR 1984), 52.204-7 Central Contractor Registration (APR 2008), 52.212-4 Contract Terms and Conditions - Commercial Items, (JUN 2010), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEC 2010): 52.233-3 Protest After Award (AUG 1996), 52.233-4, Applicable Law for Breach of Contract Claim, 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010), 52.222-50, Combating Trafficking in Persons (FEB 2009), 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperative with Authorities and Remedies (JUL 2010), 52.219-28, Post Award Small Business Program Re-representation (APR 2009), 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), 52.225-1 Buy American Act Supplies (FEB 2009), 52.225-2 Buy American Act Certificate (FEB 2009), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33Payment Electronic Funds Transfer Central Contractors Registration (OCT 2003), Solicitation Provisions: 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008). 52.212-2 Evaluation - Commercial Items (JAN 1999). Electronic Invoicing and Payment Requirements - Internet Payment Platform (IPP) (February 2011) Payment requests must be submitted electronically through the U.S. Department of the Treasury's Internet Payment Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: 1. Copy of Company Generated Invoice. The Contractor must use the IPP website to enroll, access and use IPP for submitting requests for payment. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. Quotations shall be sent to Bureau of Land Management, Oregon State Office (OR-952), P.O. Box 2965, Portland, Oregon 97208 by 3:30 p.m. local time on or before August 22, 2011. FAX quotes will be accepted at 503-808-6312 and e-mail quote will be accepted at BLM_OR_SO_952_Mail@blm.gov. Please send questions to Richard Dandasan in writing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/OR/L11PS01128/listing.html)
 
Record
SN02529461-W 20110812/110811000044-24bad00e2a3088691cc0b4b3e69adce6 (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.