Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2016 FBO #5385
SOLICITATION NOTICE

J -- BIA-DOT-FD-SVC-ENGINE & CLUTCH REPAIR

Notice Date
8/19/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
BIA NAVAJO 00009 301 WEST HILL ROOM 346 Contracting Office Gallup NM 87301 US
 
ZIP Code
00000
 
Solicitation Number
A16PS01218
 
Response Due
8/24/2016
 
Archive Date
9/8/2016
 
Point of Contact
Benallie, Lynelle
 
Small Business Set-Aside
N/A
 
Description
REPLACE ENGINE & CLUTCH FOR C-10 Dump Truck The Bureau of Indian Affairs (BIA) is soliciting offers for an engine and clutch replacement for a Caterpillar C10 Freightliner dump truck, for the BIA, Division of Transportation, Ft. Defiance Agency, Ft. Defiance, AZ. 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. A16PS01218 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 2005-89. The NAICS Code is 811310. Size Standard is $7.50. The Bureau of Indian Affairs, Navajo Regional Office, solicits the following dump truck repair as follows: Item No. 1: Replace engine and clutch of Caterpillar C-10 Dump Truck. $_________________. Item No. 2: Applicable Taxes: $___________________. GRAND TOTAL: $____________________. The engine will meet all manufactory specifications to comply with federal emission and DOT standards. Any warranty will be noted by vendor after job is completed. The dump truck is on site at: BIA, FDA, DOT, Equipment Yard, Blue Canyon Road, Ft. Defiance, AZ 86504. BIA Equipment No. I452849. Serial No. 8YS06647. Truck will be transported to contractor when awarded. 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. 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 (May2014) (41 U.S.C. 10a-10d); FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July2013)(31 U.S.C. 3332); and FAR 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016); 52.222-21 Prohibition of Segregated Facilities (April 2015); 52.222-26, Equal Opportunity (Apr 2015); 52.229-3, Federal, State, and Local Taxes (Feb 2013). FAR 52.217-8, Option to Extend Services, (Nov 1999), The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 5 days. 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. 52.232-40; Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) The Federal Acquisition Regulations clauses and provisions are available on the Internet at: http://www.acquisition.gov or may be requested from the Contracting Officer. Electronic Invoicing and Payment Requirements- Invoice Processing Platform (IPP) (April 2013). Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing 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 the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. 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 [CO to edit and include the documentation required under this contract]:A copy of the contractor ¿s invoice shall be included with the IPP invoice. If no invoice is attached, the Invoice will be rejected. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 5 business days of the contract award date. 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 with its proposal or quotation. Due to the urgency of the requirement, the response time for quotes due is short. Contractors qualified to deliver these services 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.sam.gov, to the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Lynelle Benallie, P. O. Box 1060, Gallup, New Mexico 87305 by 3:00 p.m. local time (MDT), August 24, 2016. Quotes submitted by facsimile and email will be accepted. Any further questions regarding this announcement may be directed to Lynelle Benallie, Contract Specialist, at (505) 863-8404, by fax at (505) 863-8382 or by email at lynelle.benallie@bia.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A16PS01218/listing.html)
 
Record
SN04231952-W 20160821/160819234446-a9a692cdbb922b8c91a58c666c17899f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.