Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 09, 2014 FBO #4519
SOLICITATION NOTICE

93 -- 9 - Ice Melt for Highways

Notice Date
4/7/2014
 
Notice Type
Presolicitation
 
NAICS
488490 — Other Support Activities for Road Transportation
 
Contracting Office
BIA NAVAJO 00009301 WEST HILL ROOM 346Contracting OfficeGallupNM87301US
 
ZIP Code
00000
 
Solicitation Number
A14PS00356
 
Response Due
4/9/2014
 
Archive Date
5/9/2014
 
Point of Contact
MARY JANE JOHNSON
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. A14PS00356 herein cited 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 2005-72. This acquisition is for a Native American Owned Business and Small Business Set-Aside under the Buy Indian Act (25 U.S.C). The NAICS Code is 488490, Size standards $7.0. Scope of Work: DESCRIPTION: Contractor shall provide all labor, materials, necessary to Fort Defiance agency needs 23 tons of granular ice melt delivered to Fort Defiance DOT Yard to mix with washed fines. This material is needed to provide snow removal and prevent highways from freezing during snow storms. Price: 1.Francular Ice Melt 23 tons $ _____ = $_______ 2.Applicable Taxes 1 each $ _____ = $_______ 3.Delivery and unload 1 job $_____ = $________ TOTAL $___________ Delivery Location: Unscheduled deliveries will not be accepted. Granular ice melt is needed to at Fort Defiance DOT Maintenance for road maintenance activities throughout the Fort Defiance Agency. Award will be made to the lowest priced offeror, who's quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. This will be a Fixed Price Contract. 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 (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 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011); FAR 52.225-1 Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332); and FAR 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332); FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008). DIAR and FAR clauses are herein incorporated as follows: FAR 52.232-18, Availability of Funds (April 1984); FAR 52.216-02, Economic Price Adjustment-Standard Supplies, (JAN 1997); DIAR 1452.226-70, Indian Preference; 1452.226-71, Indian Preference Program; 1452.280-4, Indian Economic Enterprise Representation; and 1452.204-70, 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (AUG 2012)(DEVIATION). The Federal Acquisition Regulations clauses and provisions are available on the Internet at: http://www.arnet.gov/far or may be requested from the Contracting Officer. Award will be made at a fair and reasonable price to the lowest responsive and responsible offeror whose quote conforming to the requirements herein will be the most advantageous to the Government. Provide DUNS# and Tax ID# with a signed and dated quote, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and CertificationsCommercial Items and DIAPR 1452.280-4, Indian Economic Enterprise Representation. The RFQ is due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Mary Jane Johnson, P. O. Box 1060, Gallup, New Mexico 87305 by, April 9, 2014, 11:00 AM (Local Time, Gallup, N.M.) Physical address: 301 W. Hill Ave., Room. 346, Gallup, NM 87301. Quotes submitted by facsimile at (505) 863-8382 or by email at maryjane.johnson@bia.gov will be accepted. Any further questions regarding this announcement may be directed to Mary Jane Johnson, Contract Specialist, by fax at (505) 863-8382. All contractors submitting quotes must be registered in the SAM.gov, 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 SAM, go to: http://www.SAM.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A14PS00356/listing.html)
 
Record
SN03331487-W 20140409/140407234134-6e114905f51e1860dc8f81d819457d02 (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.