Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2011 FBO #3406
SOLICITATION NOTICE

38 -- Furnish and Install 4000 Gallon Water Tank Kits on Government-Owned Chassis.

Notice Date
3/21/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation - LC - Yuma Area Office Attn: Veronica Rodriguez --7301 Calle Agua Salada Yuma AZ 85364
 
ZIP Code
85364
 
Solicitation Number
R11PS34093
 
Response Due
3/29/2011
 
Archive Date
3/20/2012
 
Point of Contact
Veronica Rodriguez, (928) 343-8266 Purchasing Agent 9283438266 vrodriguez@usbr.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 for Commercial Items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The RFQ number is R11PS34093. This announcement constitutes the only RFQ; quotations are being requested and a written RFQ will not be issued. The Bureau of Reclamation, Yuma Area Office has a requirement for the furnish and install of two 4000 gallon water tank kits to be installed on Government owned chassis'. This procurement is 100% set aside for small business concerns. Large businesses are encouraged to submit quotes in the event that responsive small business quotes are not received. The associated North American Industrial Code System code for this RFQ is 332420 and the Small Business Size Standard is 500 employees. Quotations shall include, proposed delivery in days, pricing for items, and the company's DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The Contractor shall furnish and install the following items listed below: LINE ITEM NO. 0001 - Quantity - 2 EACH/UNIT PRICE $__________; TOTAL $__________ -Water tank kits installed on two 2010 Navastar series cab & chassis with a cab to axle length of 135 inches - 138 inches.-4000 gallon water tank constructed of 3/16 inch A36 steel with full belly plate;- 2 fully welded baffles, fenders and 24 inch man way at rear of tank (minimum); -5 year tank construction warranty, white paint to match truck; -Front and rear tank level site gauges;-2.5 inch hydrant fill, rear push bumper with storage;- DOT approved lighting, OSHA approved ladder; -4 inch x 4 inch self priming pump with mechanical seal: Hot shift PTO and hydraulic drive for water pump; -5 spray heads (2 rear, 2 front, 1 side) and gravity dump valve at the rear;- PTO and valve controls mounted in cab; -Self winding hose reel with 50 foot of 1- 1/2 inch hose and spray nozzle; and-Canal fill plumbing and suction hose.-Tank kits shall be installed within a 200 mile radius of Yuma, AZ 85364. The Government will be responsible for transporting chassis to and from the water tank installation facility. -All items shall be installed on the chassis not later than eight (8) weeks after receipt of award. Vendors are reminded that effective October 1, 2003, prospective vendors must be registered in the Central Contractor Registration (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. The following information is required to register: (1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); (2) DUNS or CAGE Code; (3) Telephone Number; (4) E-mail addresses. Those registering are responsible for the accuracy of the information. All notification of changes to this solicitation shall be made through the Internet. Therefore, Offerors who have registered are required to review Federal Business Opportunities for any posted changes to the RFQ. Evaluation Criteria: Award will be made to the lowest responsive, responsible offeror who meets the Government's need. This RFQ incorporates provisions and clauses in effect through FAC 2005-50. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The following FAR provisions and clauses apply to this RFQ and are incorporated by reference, with the same force and effect as if they were given in full text. The full text of provisions and clauses may be accessed electronically at this website address: Federal Acquisition Regulations (FAR) clauses - http://farsite.hill.af.mil/vffara.htm. The following clauses will apply: FAR 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2011) and in FAR 52.212-5(b) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2011), the referenced clauses: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009), (2) 52.233-3, Protest After Award (Aug 1996), (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004), (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2010), (5) 52.219-6 Notice of Total Small Business Set-Aside (June 2003), (6) 52.219-28 Post Award Small Business Program Representation (April 2009), (7) 52.222-3 Convict Labor (June 2003), (8) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Feb 2008), (9) 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (10) 52.222-26 Equal Opportunity (Mar 2007), (10) 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998), (11) 52.225-1 Buy American Act - Supplies (Feb 2009), (12) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), and (13) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003). The following Provisions will apply: FAR 52.212-1, Instructions to Offerors, Commercial Items (June 2008) incorporated by reference, 52.212-3 Offeror Representations and Certifications - Commercial Items (June 2008) (Offeror shall include a completed copy of this provision with its offer or be registered at www.ORCA.bpn.gov. After reviewing the ORCA database information, the offeror certifies by submission of its quote that the representation and certifications currently posted electronically with regard to FAR 52.212-3, Offeror Representations and Certifications Commercial Items have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of its quote. Offerors wishing to incorporate their representation and certifications in the ORCA database into their quote by reference shall affirmatively state their desire to do so. This announcement will close at 4:00 p.m., local time, on March 29, 2011. The point of contact is Ms. Veronica Rodriguez, Purchasing Agent, who can be reached at 928-343-8266. Offerors shall submit their quotes via email to vrodriguez@usbr.gov or facsimile to 928-343-8568.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ee7e5915a07a25d6de3ed1b4e52bf694)
 
Place of Performance
Address: Unknown
Zip Code: 85364
 
Record
SN02405159-W 20110323/110321234055-ee7e5915a07a25d6de3ed1b4e52bf694 (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.