SOLICITATION NOTICE
S -- Utility Trailer - TrailMax "OR EQUAL"
- Notice Date
- 9/11/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- BIA - Pacific Regional Office 2800 Cottage Way, Rm W-2820 Sacramento CA 95825
- ZIP Code
- 95825
- Solicitation Number
- P04L0609019
- Response Due
- 9/18/2009
- Archive Date
- 9/11/2010
- Point of Contact
- Jodi Zachary Contract Specialist 9169786025 jodi.zachary@bia.gov;
- 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
- This is a combined synopsis/solicitation to furnish & deliver (1) Utility Trailer, Model TRD-54-T by TrailMax "OR EQUAL" to the Bureau of Indian Affairs, Fort Hall Agency, Fort Hall ID 83203. SYNOPSIS: 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. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is P04L0609019. This solicitation is a request for quote (RFQ). Quote due date is September 18, 2009 at 2 p.m. PST. This acquisition is 100% set aside for small business; the North American Industry Classification System (NAICS) code is 336212, size standard 500 employees. The Product Service Code (PSC) is 2330. Estimated delivery date of the Trailer is 90 days after issuance of order. It is estimated that award will be made on or before September 25, 2009. The Bureau of Indian Affairs, Pacific Regional Acquisition Office intends to issue a purchase order to furnish and deliver the trailer. **** LINE ITEM: Contractor shall provide all materials, equipment, supervision and labor to provide a Utility Trailer "OR EQUAL" in accordance with the following specifications for Line Item Number (CLIN) 0001: Quantity and Unit of Measure is one (1) each. a) TrailMax Utility Trailer (22.5) "OR EQUAL"; 22.5 Tires; "D" rings (10) each; Side Traction cleats on rear wheel plate & tall; Capacity 54,750 lbs. $_________________ Line Item Number (CLIN) 0002: Quantity and Unit of Measure is one (1) each. a) Delivery $ ____________________ **** DELIVERY: Bureau of Indian Affairs, Fort Hall Agency, P.O. Box 220, Bldg 2 / Bannock Ave., Fort Hall, ID 83203-0220. Price quote shall include delivery because shipping term is F.O.B. Destination. NOTICE TO OFFERORS: The Government shall not be liable for any fees or expenses that are incurred or associated with the preparation of your quotation. No partial bids will be accepted. New equipment ONLY, NO remanufactured products. Responses to this solicitation are due date is September 18, 2009 at 2 p.m. Quotes not received by the due date and time will not be considered. Quotes shall be delivered via email to: jodi.zachary@bia.gov. Please reference solicitation number P04L0609019 in the subject line of email and quote. The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation. QUESTIONS: Please direct any technical or contractual questions regarding this solicitation to: jodi.zachary@bia.gov. Proposed responders must submit any questions in writing via email before September 16, 2009, 2:00 p.m. to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered. Award will be made on an all or none basis at a fair and reasonable price to the responsive and responsible offeror whose quote conforming to the requirements herein will be the most advantageous to the Government. The Government will award a firm fixed price contract. Quotations may be submitted on letterhead stationery, or via an otherwise method which includes a minimum, offers must show -- (1) The solicitation number;(2) The date specified in the solicitation for receipt of quotations;(3) The name, address, e-mail, DUNS Number, Federal Tax ID Number and telephone number of the vendor;(4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;(5) Terms of any express warranty;(6) Price and any discount terms;(7) "Remit to" address, if different than mailing address;(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);(9) Acknowledgment of Solicitation Amendments, if any;(c) Period for validity of quotations. Quotes submitted in response to this solicitation must remain valid until 30 Sep 2009 to be considered; and (10) Data Universal Numbering System (DUNS) Number. Please include freight and estimated delivery time. 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; 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 52.212-5 the following applies: 52.222-03, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.232-33, and 52.222-41. Other clauses within the FAR that are applicable to this acquisition are: 52.211-6, 52.233-3, 52.233-4 and 52.219-6, and, Department of the Interior Acquisition Regulation (DIAR) 1452-210-70,1452.226-70 Indian Preference, 1452.226-71 Indian Preference Program and 1452.228-70 are applicable. The complete text of the Federal Acquisition Regulation (FAR) can be accessed at http://www.arnet.gov/far. The complete text of the Department of the Interior Acquisition Regulation can be accessed at http://www.doi.gov/pam/aindex.html. METHOD OF PAYMENT: Payments shall be processed by Electronic Funds Transfer (EFT), upon receipt of proper invoice(s), Net-30. The magnitude of this requirement is between $25,000 and $50,000. All contractors 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/P04L0609019/listing.html)
- Place of Performance
- Address: Fort Hall, ID
- Zip Code: 83203
- Zip Code: 83203
- Record
- SN01950659-W 20090913/090912000712-c0d82b99c5bebe775bebe3626a320a48 (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 |