SOLICITATION NOTICE
38 -- The Yuma Area Office has a requirement to purchase 19" and 23" drill bits.
- Notice Date
- 7/29/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Bureau of Reclamation - LC - Yuma Area Office 7301 Calle Agua Salada Yuma AZ 85364
- ZIP Code
- 85364
- Solicitation Number
- R11PS34217
- Response Due
- 8/5/2011
- Archive Date
- 7/28/2012
- Point of Contact
- Dalenna Hessling Procurement Technician 9283438129 dhessling@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 R11PS34217. 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 to purchase 19" drill bits and a 23" drill bit. 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 Classification System code for this RFQ is 333120 - Construction Machinery Manufacturing and the Small Business Size Standard is 500 employees. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The Contractor shall furnish the following according to the specifications below: 19" Drill BitQuantity: 2Description: 19" RERUN TRICONE MILLTOOTH BIT. SEALED BEARING MEDIUM/SOFT FORMATION WITH 7-5/8" API REGULATION PIN. INCLUDES CENTER BORE & SKIRT FOR REVERSE. 23" Drill BitQuantity: 1Description: 23" RERUN TRICONE MILLTOOTH BIT. SEALED BEARING MEDIUM/SOFT FORMATION WITH 7-5/8" API REGULATION PIN. INCLUDES CENTER BORE AND SKIRT FOR REVERSE. Any questions with regard to this requirement shall be addressed to the Procurement Technician identified elsewhere on the solicitation document. Delivery shall be FOB Destination to:Bureau of ReclamationYuma Area Office, Warehouse7301 Calle Agua Salada, Yuma, AZ 85364. All items shall be delivered not later than 12 weeks after receipt of award. The contractor shall be responsible for packing and shipping the components in a manner that will ensure undamaged and complete arrival. Shipments are only allowed during normal business hours of Monday through Friday, 7:30 a.m. to 3:30 p.m. No shipments shall be made on Federal Holidays. 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 2005-53. 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 (Apr 2011) and in FAR 52.212-5(b) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (January 2011), the referenced clauses: (1) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2010), (2) 52.219-6 Notice of Total Small Business Set-Aside (June 2003), (3) 52.219-28 Post Award Small Business Program Representation (April 2009), (4) 52.222-3 Convict Labor (June 2003), (5) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (July 2010), (6) 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (7) 52.222-26 Equal Opportunity (Mar 2007), (8) 52.222-36 Affirmative Action for Workers With Disabilities (Oct 2010), (9) 52-223-18 Contractor Policy to Ban Text Messaging While Driving (Sep 2010), (10) 52.225-1 Buy American Act - Supplies (Feb 2009), (11) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), and (12) 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 (Apr 2011) 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. Notice to 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: (a) 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). (b) 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. (c) Classified information shall not be removed from official premises or disclosed without proper authorization. (d) 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. (e) 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. At a minimum, responsible sources shall provide the following: (1) A price quote on letterhead for the requested item(s) along with description literature on proposed items; (2) Unit Price and Extended Price; (3) Prompt payment terms; (4) Remittance address; (5) Tax I.D. Number and Duns Number. This announcement will close at 3:00 p.m., local time, on 8/5/2011. The point of contact is Ms. Dalenna Hessling, Procurement Technician, who can be reached at 928-343-8129. Offerors shall submit their quotes via email to dhessling@usbr.gov or facsimile to 928-343-8568.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f574ba51b3c35ba89ca18fbe23c61582)
- Place of Performance
- Address: Unknown
- Zip Code: 85364
- Zip Code: 85364
- Record
- SN02515090-W 20110731/110729234715-f574ba51b3c35ba89ca18fbe23c61582 (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 |